Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
MODIFICATION

X -- Rental Storage Space - Schedule of CLINs - Vendor Questions/ Government Responses

Notice Date
11/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
70RDAD18Q00000009
 
Archive Date
12/15/2017
 
Point of Contact
Bryan J. Harden, Phone: 2024475646
 
E-Mail Address
Bryan.Harden@hq.dhs.gov
(Bryan.Harden@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
70RDAD18Q00000009_Questions-Responses.pdf 70RDAD18Q00000009_Attachment_A_Schedule_of_CLINs.pdf The purpose of this amendment is to; (1) Delete Standard Form 18 and Attachment I in their entirety; (2) Address vendor questions, as attached; and (3) Update this Combined Synopsis/Solicitation as shown below. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 Government intends to award a Firm-Fixed Price purchase order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii) The Request for Quotation (RFQ) or Reference Number is: 70RDAD18Q00000009 (iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. (iv) This acquisition is not set aside for Small Businesses. (v) The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A - Schedule of CLINS. (vi) The purchase order shall provide for three (3) 10'x30' Rental Storage Units or equivalent combination of storage space with 24 hour surveillance and access seven (7) days a week in support of the Department of Homeland Security (DHS), Office of Information and Analysis (I&A). Storage location shall not exceed three (3) mile radius of 3801 Nebraska Ave., NW, Washington, DC 20016. (vii) Date and place of delivery and acceptance: A base term of twelve (12) months commencing on 12/15/2017 with subsequent four (4), twelve (12) option periods as outlined in Attachment A - Schedule of CLINS. Storage location shall not exceed three (3) mile radius of 3801 Nebraska Ave., NW, Washington, DC 20016. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial applies to this acquisition. Each Offeror shall submit their quote electronically to the POC listed in Section XVI. See also Sections X and XIII for additional submission requirements. (ix) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The Offeror shall complete their representations and certifications through the System for Award Management and provide verification with their quotation submission. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xiii) The following additional clauses are cited: 52.204-7 System for Award Management; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM. Additionally, 52.217-9 applies as noted in full text below: 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) (xiv) Rating under the Defense Priorities and Allocations System (DPAS) - N/A. (xv) Any requests for additional information or explanations concerning this document must be received via email to the point of contact noted below no later than 12:00 pm Eastern Standard Time on Wednesday, November 29, 2017. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Thursday, November 30, 2017 - 12:00 p.m. EST and must be submitted electronically (via email) to the individual noted in section "xvi". A separate solicitation document is not available. (xvi) For more information regarding this RFQ please contact Bryan Harden, Contracting Officer, (202) 447-5646 or Bryan.Harden@hq.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/70RDAD18Q00000009/listing.html)
 
Record
SN04748747-W 20171129/171127230625-f2b8e4fb27dba3e313500a1daf3f1e83 (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  © 1994-2020, Loren Data Corp.