SOLICITATION NOTICE
99 -- Housing Grand Isle LA
- Notice Date
- 6/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NFFKPR00-11-04778
- Archive Date
- 7/29/2011
- Point of Contact
- Amy E Sanders-White, Phone: 301-713-0833 x118
- E-Mail Address
-
amy.sanderswhite@noaa.gov
(amy.sanderswhite@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. The attached SOW is incorporated into this solicitation. Solicitation Number NFFKPR00-11-04778 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 531110 and business size is $6.5 dollars. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries, (NMFS) specifically the Marine Mammal Conservation Division has a requirement to provide housing for approximately 45 people in Grand Isle, LA. Reference the attached statement of work. A total of eight houses will be needed from one single source. The resulting purchase order shall be awarded on a firm fixed price basis. Period of Performance: August 1, 2011 through August 18, 2011. The award will be made on a best value. The best value evaluation factors include the following: 1) Approach - Effectively meeting the requirements; provide a copy photo of each home, floor plan and list of appliance 2) Past Performance - Includes relevant experience which describes at least two rentals of homes and the contact information for the point of contact that rented the homes ce - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Excellent (E) - Superior or first class; Good (G) - Acceptable, Beneficial and worthwhile; sound and valid; (P)-Fails to meet two or more requirements; Unsatisfactory (U) - Not acceptable, not adequate to carry out. Incomplete quotes will not be evaluated or considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.217-8, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Amy.Sanderswhite@noaa.gov, to be received no later than July 14, 2011at 11:00am local time. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Amy.Sanderswhite@noaa,gov. The Government shall not be liable for any costs incurred in response to this request. STATEMENT OF WORK for RENTAL HOUSES IN GRAND ISLE, LA Background As part of the Deepwater Horizon (DWH) Natural Resource Damage Assessment effort, NOAA will send a team of 40-50 field researchers to Grand Isle, LA during the period August 1-18, 2011 to conduct a dolphin health assessment. The fieldwork is part of a DWH NRDA work plan entitled Assessing Potential Sublethal and Chronic Health Impacts from the Mississippi Canyon 252 Oil Spill on Coastal and Estuarine Bottlenose Dolphins. The field staff will primarily be NOAA employees or on NOAA invitational travel. Housing will be needed for these researchers August 1 - August 18. On any given day, there will be 40-50 researchers staying in the houses, although it will not necessarily be the same researchers for the entire time (some researchers may only participate for the 1st or 2nd week, but not both). Rental houses are the only option for lodging in the area. The closest chain hotel is 30 miles (45 minute drive) from the field site. Field operations will be based at the Louisiana Department of Wildlife and Fisheries (LDWF) laboratory on Grand Isle and field staff must be housed in close proximity to this facility (preferably within 10 miles). Field staff will need to be at the LDWF dock by 7:00 a.m. every morning to commence field operations and many will need to remain at the lab late into the evenings to process samples. Having staff stay in relatively close proximity to the LDWF base site will facilitate travel to/from the lab, reduce fuel costs, and minimize the number of rental cars needed. Location: Grand Isle, LA Period of Performance: August 1, 2011 through August 18, 2011. Number of units required: 8 single family houses. The specific requirements for each house are as follows: 1. Each house must be a single family house, fully furnished with complete kitchen. 2. Each house must have at least 2 full bathrooms. 3. Each house must have at least 3 bedrooms. 4. Each house must have at least 5 beds; the beds may be distributed in different ways among the 3 or more bedrooms, but must be actually beds, not fold-out sofas. 5. Linens must be furnished for each bed; at least 5 sets of towels (include wash rag, bath towel) and at least 4 hand towels must be furnished per house. 6. Houses must be air-conditioned. 7. Houses must be clean and secure - e.g., there should be no bed bug or other insect issues and doors and windows must lock; must have smoke detector. 8. Must have at least one television (25" or larger) provided in a central location and have cable, satellite dish, or antenna to receive at least local TV stations. 9. Must have microwave oven (compact size or larger), stove, and standard oven. 10. Must have washer/dryer. Washer and dryer may be compact size (capable of handling 4 lbs of laundry), conventional full-size or large capacity models. 11. Must have parking for at least 2 full-size pick-up (1000 lb capacity) trucks per house; parking may be in either a driveway or garage. 12. Must have table and chairs, set of dishes to accommodate 4-6 people, silverware, pots and pans, kitchen accessories, to include kitchen towels etc. 13. Must have at least one coffee maker and cleaning equipment (1 broom and/or 1 vacuum) for each house. 14. Internet access must be provided in at least 2 of the units. 15. Must have 24 hour emergency contact person; name and phone number. 16. Two (2) sets of keys available for each house. Damages Noted: The Contractor will provide a checklist to confirm appearance and the condition of the home when entered and leaving.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKPR00-11-04778/listing.html)
- Place of Performance
- Address: Grand Isle, Louisiana, United States
- Record
- SN02485658-W 20110701/110629235012-24f58bd802a0b491a440c7c7c059ace4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |