Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2015 FBO #4996
SOLICITATION NOTICE

X -- Vehicle Storage - Indoor/Outdoor - SOW

Notice Date
7/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15Q0194
 
Archive Date
8/18/2015
 
Point of Contact
Patrick T. Dermidoff, Phone: 703-312-3675, Michael Henderson, Phone: 703-312-3674
 
E-Mail Address
dermidoffpt@state.gov, HendersonMP@state.gov
(dermidoffpt@state.gov, HendersonMP@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) DEAV Parking Garage Requirement INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SAQMMA15Q0194 and the solicitation is issued as a request for quotation (RFQ). CONTRACTING OFFICE: U.S. Department of State Office of Acquisition Management (A/LM/AQM/WWD/SB) 1400 Wilson Blvd. Arlington, VA 22209 (SA-14) Point of Contact: Patrick Dermidoff, Contracting Officer Telephone: 703-312-3675 Email: Dermidoffpt@state.gov. ACQUISITION AUTHORITY: This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, effective 2 March, 2015. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE AND FULL TEXT: The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. The following clauses cited within clause 52.212-5 are applicable to this acquisition: The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (JAN 2014) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1, Buy American Act-Supplies (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) Other Provisions and Clauses: *52.204-2 Security Requirements (AUG 1996) *52.245-1 Government Property (APR 2012) *52.245-9 Use and Charges (APR 2012) *DOSAR 652.225-71 SECTION 8(A) OF THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED (AUG 1999) *DOSAR 652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (AUG 1999) *DOSAR 652.225-70 ARAB LEAGUE BOYCOTT OF ISRAEL (AUG 1999) (a) Definitions. As used in this provision: "Foreign person" means any person other than a United States person as defined below. "United States person" means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as provided under the Export Administration Act of 1979, as amended. (b) Certification. By submitting this offer, the offeror certifies that it is not: (1) Taking or knowingly agreeing to take any action, with respect to the boycott of Israel by Arab League countries, which Section 8(a) of the Export Administration Act of 1979, as amended (50 U.S.C. 2407(a)) prohibits a United States person from taking; or, (2) Discriminating in the award of subcontracts on the basis of religion. (End of provision) *DOSAR 652.206-70 ADVOCATE FOR COMPETITION/OMBUDSMAN (FEB 2015) (a) The Department of State's Advocate for Competition is responsible for assisting industry in removing restrictive requirements from Department of State solicitations and removing barriers to full and open competition and use of commercial items. If such a solicitation is considered competitively restrictive or does not appear properly conducive to competition and commercial practices, potential offerors are encouraged first to contact the contracting office for the solicitation. If concerns remain unresolved, contact: (1) For solicitations issued by the Office of Acquisition Management (A/LM/AQM) or a Regional Procurement Support Office, the A/LM/AQM Advocate for Competition, at AQMCompetitionAdvocate@state.gov. (2) For all others, the Department of State Advocate for Competition at cat@state.gov. (b) The Department of State's Acquisition Ombudsman has been appointed to hear concerns from potential offerors and contractors during the pre-award and post-award phases of this acquisition. The role of the ombudsman is not to diminish the authority of the contracting officer, the Technical Evaluation Panel or Source Evaluation Board, or the selection official. The purpose of the ombudsman is to facilitate the communication of concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel, and work to resolve them. When requested and appropriate, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to contact the contracting activity ombudsman, Ray Bouford, at telephone 703-875-5429. For an American Embassy or overseas post, refer to the numbers below for the Department Acquisition Ombudsman. Concerns, issues, disagreements, and recommendations which cannot be resolved at a contracting activity level may be referred to the Department of State Acquisition Ombudsman at (703) 516-1696 or write to: Department of State, Acquisition Ombudsman, Office of the Procurement Executive (A/OPE), Suite 1060, SA-15, Washington, DC 20520. (End of provision) SMALL BUSINESS SET ASIDE STATUS: This combined synopsis/solicitation is a 100% Small Business Set Aside. The associated NAICS code is 493110 - General Warehousing and Storage. The associated size standard is $27.5 million. BACKGROUND INFORMATION: The U.S. Department of State's Diplomatic Security (DS), Office of Defensive Equipment and Armored Vehicles (DEAV) requires indoor and outdoor storage space for various types of armored vehicles. DEAV desires a base-plus 5 arrangement. The location of the storage facility/property must be within a 40 mile radius of Dulles International Airport in the Commonwealth of Virginia. The facility must have at least 40,000 square feet of indoor space as well as at least one acre of fenced-in outdoor space. The indoor space must be able to hold a minimum of 200 vehicles. The facility's ground surface must be gravel, stone, concrete, or asphalt. The two segments (indoor/outdoor) must not be located at two separate sites/properties. Please refer to the SOW for further details. PROJECT REQUIREMENTS: Please see corresponding SOW 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; Technical capability is equal to price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. RESPONSE REQUIREMENTS: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The submitted quote must be for one property. The quote must also be divided into two segments for review. The first segment shall be the fully-burdened square footage rate for the indoor segment. The other segment shall be the fully burdened square footage rate for the outdoor segment. Pricing should be for a base period of year plus four option periods (one year each). Please note that this shall not be a NNN requirement. In other words, this will not be a "triple net" lease. All utilities, insurance, and other fees shall be built into one unit price per annum. The quote must describe the submitted property in detail with photos and a general layout plan of the proposed spaces. Limit your response to no more than 10 pages. All questions must be received by Wednesday, July 29th, 2015 at 11:00AM EST. Formal quotes shall be due by Monday, August 3rd, 2015 at 10:00 AM EST. Please references solicitation number SAQMMA15Q0194. Please send quotes and questions to Patrick Dermidoff, Contracting Officer at dermidoffpt@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15Q0194/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03811857-W 20150729/150727235458-a5a5abdd7a3084c0da3c2ade89d85031 (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.