SOLICITATION NOTICE
X -- TRAINING SPACE PERRY POINT MD - Statement of Work - Technical Evaluation Criteria
- Notice Date
- 2/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ12T0008
- Archive Date
- 2/25/2012
- Point of Contact
- Leroy Dawson, Phone: 202/606-7551, Deanna Norris, Phone: 202-606-6921
- E-Mail Address
-
ljdawson@cns.gov, dnorris.guest@cns.gov
(ljdawson@cns.gov, dnorris.guest@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- Technical Evaluation Criteria Statement of Work This is a combined synopsis/request issued under solicitation number CNSHQ12T0008 for proposals for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates award of a five-year Blanket Purchase Agreement (BPA). This solicitation will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 05-55 dated 01/03/2012. Proposals shall be submitted on letterhead and must address all requirements listed, along with descriptive literature to include meeting room space and internet connectivity. The Corporation for National Community Service (CNCS) has a requirement to procure rental training space for its employees for training and other special events at the AmeriCorps NCCC Atlantic Region's Campus in Perry Point MD. Training and event space occupancy requirements will be for a minimum of 25 participants and a maximum of 360 participants. Space may be requested for a half-day or full day depending on the training or the event. Multiple training spaces may be required simultaneously at multiple sites and/or for one event. Each space must have an on-site staff representative or IT Specialist (provided by the offeror) who can aid with technical difficulties with A/V equipment. The facility must be within 35 miles of Perry Point, MD. There should be sufficient parking for fifteen passenger vans. The building must be in compliance with the Americans with Disabilities Act (ADA). Air conditioning and heating should be appropriate to the regional climate averages for the month of training. Restrooms must be available for participants to use. This procurement is unrestricted and the applicable North American Industry Classification (NAICS) code is 532420, Rental of Space and Equipmen t. CNCS anticipates award of a Firm Fixed Price (FFP) BPA as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 dated 8/2/2010, effective 10/12/2011. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.acquisition.gov/far/. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Company's Technical Qualifications (All below items must be in relation to the attached Statement of Work) a. Company's Overall Technical Capabilities b. Company must be within a 35-mile radius of the Place of Performance (Perry Point, MD). The above criteria will be utilized to determine technical acceptability. Section 2: Pricing Quotation Offerors shall submit pricing for the items specified within the combined synopsis in the following format: BASE YEAR Cost per Member Unit of Issue 01 Classroom Space (Maximum Occupancy 30) _______ EA 02 Classroom Space (Maximum Occupancy 70) _______ EA 03 Auditorium/Theater (Maximum Occupancy 360) _______ EA OPTION YEAR ONE Cost per Member Unit of Issue 01 Classroom Space (Maximum Occupancy 30) _______ EA 02 Classroom Space (Maximum Occupancy 70) _______ EA 03 Auditorium/Theater (Maximum Occupancy 360) _______ EA OPTION YEAR TWO Cost per Member Unit of Issue 01 Classroom Space (Maximum Occupancy 30) _______ EA 02 Classroom Space (Maximum Occupancy 70) _______ EA 03 Auditorium/Theater (Maximum Occupancy 360) _______ EA OPTION YEAR THREE Cost per Member Unit of Issue 01 Classroom Space (Maximum Occupancy 30) _______ EA 02 Classroom Space (Maximum Occupancy 70) _______ EA 03 Auditorium/Theater (Maximum Occupancy 360) _______ EA OPTION YEAR FOUR Cost per Member Unit of Issue 01 Classroom Space (Maximum Occupancy 30) _______ EA 02 Classroom Space (Maximum Occupancy 70) _______ EA 03 Auditorium/Theater (Maximum Occupancy 360) _______ EA **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. SUPPLIES OR SERVICES TO BE PROVIDED This is a Firm Fixed Price (FFP) type Blanket Purchase Agreement that will be awarded as set forth in the Statement of Work (SOW) included herein. This award shall be made via the Lowest Price Technically Acceptable offeror meeting the requirements of the SOW. BPA Single Call Limit: $3,000 BPA Ceiling: $30,000 per vendor per year PERIOD OF PERFORMANCE The period of performance for this Blanket Purchase Agreement is for five years from date of award. The duration will commence at contract award continuing for five years. Pricing including escalation if any shall remain in effect for the duration of the BPA. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Deanna Norris - dnorris.guest@cns.gov PH 202-606-6921 Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Please include in the subject line "Rental of Equipment and Supplies". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Tuesday, February 6, 2012 at 3:00PM Eastern Standard Time (EST). Questions submitted after this date and time will not be answered. OFFEROR SUBMISSIONS: OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service, Over Night Carrier (Address 1201 New York Ave, Room 8410, Washington DC 20525 or Fax (202-606-3488). Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: Dnorris.guest@cns.gov - Deanna Norris, Contract Specialist and ljdawson@cns.gov - Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. The due date for the receipt of proposals is Friday, February 10, 2012 at 4:00PM EST. ** PAGE RESTRICTIONS Here are the following page restrictions by sections: Section 1- Company's Technical Qualifications shall not exceed ten (10) pages. Section 2- Pricing Proposal shall not exceed five (5) pages. Items not included within the page restriction count are as follows: Cover pages, Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings, pictures, sample formats and items of an illustrative nature. SERVICE OF PROTEST (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. **Offerors that submit quotation without the quotation cover page and ORCA/FAR 52.212-3 will be deemed non-responsive and may not receive consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0008/listing.html)
- Place of Performance
- Address: AmeriCorps NCCC Atlantic Region's Campus at the Veterans Administration, Perry Point, Maryland, United States
- Record
- SN02665443-W 20120203/120201234554-4a5fc8a116ac2755cd458ac882bc45f0 (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 |