Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2023 SAM #7719
SOLICITATION NOTICE

X -- Commercial Park Pad Leases - DR4673-FL

Notice Date
1/13/2023 4:47:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
REGION 4 Atlanta GA 30341 USA
 
ZIP Code
30341
 
Solicitation Number
70FBR423Q00000070
 
Response Due
1/20/2023 9:00:00 AM
 
Archive Date
02/04/2023
 
Point of Contact
Ashlee Young
 
E-Mail Address
ashlee.young@fema.dhs.gov
(ashlee.young@fema.dhs.gov)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
� � �The Federal Emergency Management Agency (FEMA) has an urgent requirement and is considering the issuance of a multiple contracts in support of DR4673-FL disaster declared counties Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia for Transportable Temporary Housing Units for Commercial Park Pad Lease. FEMA intends for Request for Quote (RFQ) 70FBR423Q00000070 to serve as an open/reoccurring solicitation for vendors to intermittently provide responses as commercial parks pad/lots becomes available for EHP inspection to determine feasibility of MHU and TT placement.� 70FBR423Q00000070 is issued in accordance with FAR Subpart 15.101-1 and FAR 52.226-4 for the rental of Manufactured Home Units (MHU) and Travel Trailer (TT) pads/lots. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to the maintenance, upkeep, & repairs during the rental of travel trailer (TT) pad/lots.� The following wage determination shall be applicable to the resulting purchase order:� Wage Determination No.: 2015-4585(Rev. 21) - DeSoto-Hardee County Wage Determination 2015-4585 Rev 21 - Hardee County Wage Determination No 2015-4529 Rev 19 - Lee County Wage Determination No 2015-4545 Rev 20 - Collier County Wage Determination No 2015-4545 Rev 20 - Sarasota County Wage Determination No 2015-4565 Rev 20 - Charlotte County ************************************************** The Direct Housing Program is an eighteen (18) month program designed to support those that need temporary housing solution due to damages to their dwellings caused by Hurricane Ian DR4673-FL. The requirement will be governed by the attached Statement of Work (SOW) [page 19] reflecting the guidelines and policies. The effort will be a firm six (6) months with two (2) six-months option periods to be exercised only by the Contracting Officer based on the Program needs. You are requested to submit proposal responses along with the following documentation for evaluation: 1. Confirmation of SAMs registration and/or SAMs Unique Entity Identifier (UEI) number 2. Park Manager POC: Name(s), Phone Number(s), Email(s) 3. Park Map 4. Park Rules 5. Blank Lease Agreement (if applicable) ************************************************** Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and in accordance with Attachment 1 Evaluation Criteria that will be most advantageous to the Government, price and other factors considered. Evaluation factors other than costs or price when combined are significantly more important than cost or price.� The following factors shall be used to evaluate offers:� Factor 1. Technical Evaluation The Contractor's proposal response shall be evaluated based on submitted Commercial Parks capability statement inclusive of open MHU/TT lots located in the declared disaster counties (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia) slated for a housing mission and viable commercial pad/lots available for inspection to determine feasibility for use. Factor 2. Project Management Plan & Personnel The contractor�s quotation shall be evaluated on its demonstrated project management and oversight capability. The Contractor must propose an acceptable plan and/or staff dedicated to managing the Transportable Temporary Housing Mission, and this plan should demonstrate the offeror�s ability to direct and control the operation of the following, but not limited to background check processing, installation and deactivation of MHU/TT units on the Commercial Park site, and other duties as outlined in the statement of work. The proposal response should also address resolution of any issues that may arise in conflict of the Commercial Park rules.� Factor 3: Past Performance & Company Experience� The submitted past performance experiences shall be past and current operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for Commercial Park operations over the past 1-3 years or currently in process. Experience may include current residents and/or Contracts entered into with the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used.� The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror�s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.� Factor 3. Cost or Price Evaluation In accordance with FAR 15.304 paragraph (c)(1)(ii)(A), the Contracting Officer shall consider price or cost as one of the factors in the selection decision for each individual contract executed per these requirements. Additionally, comparison of the proposed prices as indicated on Attachment 1 - Evaluation Factors will be utilized to perform a price analysis. ************************************************** Responses are due electronically as soon as possible but no later than the below schedule for the 18-month program� 1. December 27, 2022, by 12:00 pm EST to the Contract Specialist, Ashlee Young at ashlee.young@fema.dhs.gov and Contracting Officer, Marvin Jennings at marvin.r.jennings@fema.dhs.gov. ************************************************** � �*** To account for the Option period possibly under FAR 52.217-8 (maximum of up to six months), Option to Extend Services, the Contracting Officer (CO) will evaluate the option to extend services by six months based on the vendor's final option period price (CLIN 2001), if negotiations are not required at the time of extension. If there is a difference in the amount, the pricing will be evaluated for determination of fair and reasonable.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9308d6ffbf124f969ac2c83c32539950/view)
 
Place of Performance
Address: North Fort Myers, FL 33917, USA
Zip Code: 33917
Country: USA
 
Record
SN06564057-F 20230115/230113230105 (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.