SPECIAL NOTICE
J -- Renewal of Building Services, OT Utilities, Weather Channel Service Fee, C-SPAN/Riser Fee, and Maintenance Support.
- Notice Date
- 9/22/2014
- Notice Type
- Special Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Homeland Security, DHS Office of the Inspector General, DHS Office of the Inspector General, 1120 Vermont Avenue, NW, Washington, District of Columbia, 20005, United States
- ZIP Code
- 20005
- Solicitation Number
- NotApplicable-NA
- Archive Date
- 10/14/2014
- Point of Contact
- David L. Dover, Phone: 2027343121
- E-Mail Address
-
David.Dover@oig.dhs.gov
(David.Dover@oig.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT per FAR13.106-1(b)(2), sole source for purchases exceeding the simplified acquisition threshold. The Department of Homeland Security - Office of Inspector General (DHS-OIG), Office of Acquisition intends to solicit, negotiate and award a sole source contract to 1120 Vermont Ave Associates, LLP, 1120 Vermont Avenue NW, Suite #900, Washington, DC 20005 for repairs and maintenance on Floors 7, 9, 11 and 12 of 1120 Vermont Avenue, for overtime HVAC / the cost of heat and air conditioning during weekends and holidays, for payment of fees for the Emergency Alert System, C-Span and the Weather Channel cable services, and maintenance for cable services. 1120 Vermont Ave Associates is the lessor of the building and does not allow other vendors to perform these services in their building. NO SOLICITATION DOCUMENT IS AVAILABLE. The Government anticipates awarding a Firm Fixed Price contract for one base year and two (2) one year option periods. A Justification and Approval for award will be posted upon award. This notice of intent is for informational purposes only, therefore, no solicitation package will result from this synopsis. However, firms that believe they can fully meet the Government's requirements may submit substantiating capability documentation in writing to the identified point of contact within seven (7) calendar days after publication of this notice. This notice of intent is not a request for proposals or quotations. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Interested parties may identify their interest and capability by responding to this requirement to David L. Dover, Contracting Officer, via email: david.dover@oig.dhs.gov, no later than 5:00 pm Eastern Time, September 29, 2014. All information submitted should support the offeror's capability to provide the required services, and shall be furnished at no cost or obligation to the Government. DHS-OIG will not reimburse for any costs connected with providing the capability information. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these services. Verbal responses are not acceptable in response to this notice and will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3c6ec39c214f7155adbf0157c4bce36a)
- Place of Performance
- Address: 1120 Vermont Avenue, NW, Washington, District of Columbia, 20005, United States
- Zip Code: 20005
- Zip Code: 20005
- Record
- SN03522648-W 20140924/140923000027-3c6ec39c214f7155adbf0157c4bce36a (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 |