Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2013 FBO #4340
SOLICITATION NOTICE

W -- HEAVY DUTY TENTS - ATTACHMENT A: PRICE/COST SCHEDULE

Notice Date
10/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Gulf Coast Recovery Office (GCRO), 500 C Street SW, Patriots Plaza -- 2nd Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFELA-13-Q-0006
 
Archive Date
11/8/2013
 
Point of Contact
Neddra Tucker, Phone: 337-263-4718
 
E-Mail Address
neddra.tucker@fema.dhs.gov
(neddra.tucker@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT A: PRICE/COST SCHEDULE COMBINED SYNOPSIS/SOLICITATION HSFELA-13-Q-0006 HEAVY DUTY TENTS DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The Department of Homeland Security Federal Emergency Management (FEMA) Louisiana Recovery Office (LRO) is releasing this combined synopsis/solicitation electronically only. This electronic version of the Request for Proposal (RFP) is the official version for this acquisition. This announcement constitutes the only solicitation; proposals are being requested. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the Contracting Office no later than 12 noon, Friday, October 16, 2013. No telephonic requests will be accepted. The email address for submission of all questions is Neddra.tucker@fema.dhs.gov. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS websites no later than 12 noon, Tuesday, October 18, 2013. All questions must be addressed to the Contracting Officer/Specialist only NO EXCEPTIONS. Solicitation Number HSFELA-13-Q-0006 is issued as a request for quote (RFQ) and is 100% set aside for Local Louisiana Small Businesses. The award will be a Firm Fixed Price Blanket Purchase Agreement (BPA). Award date is expected to be no later than 12:00 noon Wednesday, October 30, 2013. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) 2013. The NAICS code assigned to this project is 532299 "Rental & Leasing All Other Consumer Goods Rentals" and the size standard is $7,000,000. A size standard is the largest that a business concern can be and still qualify as a small business for Federal Government programs. For the most part, size standards are the average annual receipts or the average employment of a firm. This requirement is for the Rental of Heavy Duty Tents for Evacuation Staging Areas. STATEMENT OF WORK FOR RENTAL OF HEAVY DUTY TENTS I. Background The Federal Emergency Management Agency (FEMA) Louisiana Recovery Office's (LRO) objective is to administer the full range of Stafford Act programs in an efficient and timely manner, and respond to emerging needs that are vital to Louisiana's recovery This blanket purchase agreement (BPA) will be utilized when an emergency declaration is declared according to the Stafford Act to support emergency evacuations in affected parishes in Louisiana to support disaster efforts. II. Scope The contractor shall provide all equipment, personnel, tools, equipment, materials, transportation and supervision required to provide the tents specified in Section III. In all instances, the contractor will be notified ninety-six (96) hours prior to landfall of a storm by way of a task order issued against the Blanket Purchase Agreement (BPA) indicating the details of tents needed at the Louis Armstrong New Orleans International Airport. Therefore, the contractor shall ensure that all equipment is removed or secured prior to the storm reaching landfall to ensure the safety of individuals and surrounding structures. Mobilization and demobilization shall be included in the total cost for the rental period. The Government estimates a maximum quantity of up to ten (10) tents. Equipment can be rented on a monthly or daily basis. III. Specifications The tents shall be installed on concrete slabs. The contractor shall not drill into the concrete slabs; the contractor is responsible for providing alternative installation methods. Tent- 20' ft. wide and 40' ft. long - 10'ft maximum height pitch; heavy-duty; flame retardant surface; UV stability; off-white tent. Tent shall be able to withstand a minimum of 40 mph winds. Price shall include delivery, set-up, tear-down, and removal of tent and related equipment and any required maintenance and repairs. Tent- 30' ft. wide and 40'ft long - a heavy-duty; flame retardant surface; UV stability; off-white tent. Tent shall be able to withstand a minimum of 40 mph winds. Price shall include delivery, set-up, tear-down, and removal of tent and related equipment and any required maintenance and repairs. IV. Period of Performance The period of performance of this BPA shall be one (1) year from date of award with two (2), one (1) year option periods. V. Place of Performance The primary place of performance shall be the Louis Armstrong New Orleans International Airport; address listed below. Louis Armstrong New Orleans International Airport 900 Airline Dr. Kenner, LA 70062 The tents shall be delivered to the designated site(s) clean and ready for use. The contractor shall ensure that all tents are in compliance will all applicable local, state, and federal laws and regulations. ORDERING 52.216-18 Ordering.- ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from September 11, 2013 through September 10, 2016. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ‘‘issued'' when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. Individual task orders will specify the number of tents needed for each requirement. The contractor shall have all equipment mobilized and ready for use within 24 hours of task order issuance. INVOICES A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. Copies or delivery tickets are needed support these invoices. EVALUATION FACTORS: I. BASIS FOR AWARD The Government's source evaluation will be based on the lowest price technically acceptable and past performance. II. EVALUATION FACTORS 1. Price - daily unit and monthly rate shall be quoted for each size tent indicated on the Price/Cost Schedule (Attachment A) 2. Company Experience - Provide three (3) similar projects, scope of work, amount of contract, point of contact name and contact information. III. EVALUATION CRITERIA SUBMISSION REQUIREMENTS 1. Complete Attachment A, Schedule B 2. Company Experience The Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. 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). The clauses identified in paragraph (b) are included in the "Additional Terms and Conditions" attached to this posting. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Vendors must be currently registered and have a valid certification in the Online Representation & Certification Application (https://orca.bpn.gov) as well as have a current System for Award Management (SAM) at www.sam.gov before an award could be made to them. Solicitation closing date is, October 24, 2013. All quotes must be received by 12:00 noon Central Standard Time. Offerors are reminded to ensure your FEDEX, DHL UPS, and US Postal Service or in person delivery package arrives on time. The FEMA/LRO Office is open from 730AM - 500PM CST Monday through Friday. Any questions pertaining to this solicitation must be addressed to: neddra.tucker@fema.dhs.gov. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the Representations and Certifications (FAR 52.212-3) with their package to the following address: FEMA/ LRO Acquisitions Attn: Neddra P. Tucker 1500 Main St. Baton Rouge, LA 70802 (337) 263-4718
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GC001/HSFELA-13-Q-0006/listing.html)
 
Place of Performance
Address: LOUIS ARMSTRONG INTERNATIONAL AIRPORT, 900 AIRLINE DRIVE, KENNER, Louisiana, 70062, United States
Zip Code: 70062
 
Record
SN03214796-W 20131012/131010234006-7a0a1baf26ccaef6ca6f97bedd34443f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.