Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOLICITATION NOTICE

X -- Rental Storage Units

Notice Date
11/9/2022 10:16:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
DEPT OPS ACQ DIV WASHINGTON DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
70RDAD23Q00000001
 
Response Due
11/18/2022 7:00:00 AM
 
Archive Date
12/03/2022
 
Point of Contact
Bridget Boyle, Phone: 2028430933, Tanya Hill, Phone: 2024475511
 
E-Mail Address
Bridget.Boyle@hq.dhs.gov, Tanya.Hill@hq.dhs.gov
(Bridget.Boyle@hq.dhs.gov, Tanya.Hill@hq.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 13.106, 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 Firm Fixed Price (FFP) purchase order under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Quoter whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The Request for Quotation (RFQ) or Reference Number is: 70RDAD23Q00000001 This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07.� This acquisition is set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code is 531130, and the Small Business size standard is 30.0 average annual receipts. The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment I (Statement of Work/Specifications) The anticipated date for purchase order award is on or about December 13, 2022.� The Contract shall provide rental storage units in support of the Department of Homeland Security (DHS), Office of Intelligence and Analysis(I&A) Period of Performance: one 12-month base period and four 12-month option periods.� The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition. See addendum to this provision as shown Attachment I. The Purchase Order will be awarded on a Best Value basis.� Quotations will be evaluated on the basis of Technical Understanding and Capabilities, Past Performance, and Price.� Award will be made to the Quoter offering the Best Value to the Government. FAR 52.212-3�Offeror Representations and Certifications�Commercial Products and Commercial Services. The Quoter shall complete only paragraph (b) of this provision if the Quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov.� The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services. applies to this acquisition.� The following addenda have been attached to this clause:� The clause 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at any time within the term of the contract, provided that the Government gives the Contractor preliminary written notice of its intent to extend at least (30) 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. Original invoices shall be emailed to: Mathew Stepp at Matthew.Stepp@fletc.dhs.gov with a courtesy going to the Contracting Officer Representative (COR), the Contracting Officer, the Contract Specialist and IAVendorpay at the emails listed below. The COR email address will be provided after award. a) Tanya M. Hill (Contracting Officer) Email: Tanya.Hill@hq.dhs.gov b) Bridget Boyle (Contract Specialist) Email: Bridget.Boyle@hq.dhs.gov c) COR: TBD d) IAVendorpay Email: IAVendorpay@hq.dhs.gov ��� The FAR provision at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition.� Additional FAR clauses applicable to this requirement are:� The clause at 52.222-3�Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 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. The following additional FAR clauses are cited: 52.204-7 System for Award Management, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation and 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations. The following� HSAR clauses are cited: 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006); and 3052.242-72 Contracting Officer's Representative (DEC 2003). Full text of FAR and HSAR clauses and provisions incorporated by reference can be found at www.acquisition.gov. Rating under the Defense Priorities and Allocations System (DPAS) � N/A. � 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 10:00 am Eastern Standard Time on Thursday, November 10, 2022.� In order to receive responses to questions, Quoters must cite the section, paragraph number, and page number. Submissions shall be submitted no later than 10: 00 am Eastern Standard Time on Friday, November 18, 2022 and must be submitted electronically (via email) to the individuals noted in this section (xiv). For more information regarding this RFQ, please contact via email Tanya M. Hill, Contracting Officer, Tanya.Hill@dhs.gov and Bridget Boyle, Contract Specialist, Bridget.Boyle@hq.dhs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd60624b346d4dcb8d22acbe97ce3989/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06513690-F 20221111/221109230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.