Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

V -- TEMPORARY HOUSING NEAR CORNISH, NH

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
140P2118R0014
 
Point of Contact
Clarke, Michael
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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, a written solicitation WILL NOT be issued. Solicitation Number 140P2118R0014 is issued as a Request for Proposal (RFP) for temporary housing. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-96. The North American Industry Classification System (NAICS) is 531110. The Solicitation is a total Small Business Set-Aside, Size Standard $38,500,000.00. The Contractor shall provide a continuous daily rental of temporary housing. The housing shall consist of three (3) to five (5) fully furnished apartment units from June 4, 2018 “ July 20, 2018 with the option to extend a to-be-determined quantity of rooms through August 3rd, 2018. Units shall have a minimum of two (2) separate bedrooms each. The units shall be located on the same property. Each bedroom shall be a separate room from other common living areas and lockable from the interior when occupied. Units shall have a minimum of one (1) full bath for every two (2) bedrooms. If only one full bath is in each unit, that bath shall be located directly off a common area, and not located within a bedroom. Rental units shall include all utilities, including but not limited to electrical service, potable supply water, sewer or septic disposal, trash pick-up or an appropriate disposal location on the property, satellite or cable television with standard channels, and high speed internet. Rental units shall be located within a 35 minute drive of Saint-Gaudens National Historic Site, 139 Saint-Gaudens Road, Cornish, NH, 03745 using point-point-directions, fastest route, and usual traffic on https://www.google.com/map. Minimal furnishing shall be in accordance with Attachment 1, entitled śMinimal Furnishings ť, and consisting of 2 pages. Three (3) two-bedroom apartments for 46 nights each, June 4, 2018 “ July 20th, 2018, Daily Price Per Unit $__________, Total Price $___________; Two (2) two-bedroom apartments for 25 nights each, June 4th, 2018 “ June 29th, 2018, Daily Price Per Unit $__________, Total Price $___________; TOTAL FIRM FIXED PRICE $_________. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors ”Commercial Items, FAR 52.212-2, Evaluation ”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, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Proposals shall be submitted in a hard-copy original no later than 12:00 p.m. on May 25th to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704; e-mailed or faxed proposal submissions will not be accepted. Proposals shall include the following information: (1) Pricing in the format outlined above; (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a śPublic Opportunities Only ť search and entering the subject solicitation number under śReference Number ť in the search criteria. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. The Government anticipates award of a firm-fixed price contract on or before June 30th, 2018. The point of contact for inquiries and clarifications is Michael Clark, Contracting Officer, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address michael_clarke@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P2118R0014/listing.html)
 
Record
SN04923051-W 20180517/180515230720-f878c1123470b80b38f99d25eb1b4a1e (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.