Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599

Department of Justice, United States Marshals Service, Headquarters Procurement Office, 600 Army-Navy Drive, CS-3, Room 1124, Arlington, VA, 22202

R -- NATIONWIDE REAL PROPERTY INSPECTIONS SOL MS00Q0024 DUE 052300 POC Janet Hall, Contracting Officer, Phone (202) 305-9422, Fax (202) 353-1420, Email janet.hall@usdoj.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=MS00Q0024&Loc ID=2262. E-MAIL: Janet Hall, janet.hall@usdoj.gov. The reason for this amendment is to provide answers to questions received in response to the solicitation as follows: 1. Is there an incumbent? This is a new procurement, there is no incumbent nor is there any procurement history. It you would like information on the USMS National Sellers List, you can call 1-888-878-3256. While the call is free, there is a $.50 charge for the publication. 2. The RFQ indicates that the acquisition will not exceed $5 million, including options. Does that mean that the limit is $5 million per year, or $5 million over the 5 year life of the contract? The Request for Quotation (RFQ) is subject to the special authority for acquisitions of commercial items exceeding the simplified acquisition threshold ($100,00.00) but not greater than $5,000,000.00, including options. The $5 million refers to the special authority ceiling, not the estimated contract amount for all 5 years. The USMS is estimating 1600 inspections per year. 3. Does the Government have an estimate on the number of inspections for CLIN One and CLIN Two in a given state or territory, so that the contractor can estimate the amount of travel time required to successfully complete all inspections within the reporting time frame? The United States Marshals Service (USMS), a principal law enforcement bureau within the United States Department of Justice, is a key component within the Department's Asset Forfeiture Program. As such, the USMS provides asset management and disposal services, in coordination with United States Attorneys' Offices and federal investigative agencies. These properties may be located anywhere in the continental United States, Puerto Rico and the Virgin Islands. Therefore, it is impossible to estimate number of inspections by location. The information is simply unknown. The contractor should have nationwide capacity because, travel is not reimbursable under the purposed contract. 4. The Government does not give an estimated number of inspections to be completed for CLIN Item One or CLIN Item Two during a reporting period. Please provide an estimate on each line item and the maximum number of inspections to be completed within the reporting period and the given area that the inspections could take place. The solicitation contains the estimated maximum number of inspections, CLIN One -- 400 Interior/Exterior Inspections and CLIN Two -- 1200 Exterior Inspections. These inspections can be ordering during the contract year. The contract year commences on the contract award date and continues for 365 days. As stated in the solicitation, the completed report is required within 10 days of receipt of the order. Therefore, as stated above, it is impossible to estimate number of inspections by location. 5. Could the Government give a more definitive description on reporting time frame for a given number of field inspections? When the requirement is, establish, the contractor will receive a task order. Within 10 days of receiving the order, the contractor completes the inspection and posts the results on theInternet. If it is determined that monthly inspections are required, they may all be ordered at one time on a single order. 6. Does the Government anticipate making multiple awards for inspections for a given large geographical area or region? Will the Government paid for travel separately? While the geographical area is extensive, the yearly estimated number of reports is modest. The USMS is anticipating awarding a single requirements type contract. All expenses must be included in the price of the report. There are no cost reimbursables under this contract. 7. Does the Government have a sample Property Inspection Checklist for the Interior and Exterior Physical Walk-Through Inspection and a Checklist for the "Drive-By Inspections". Or does the Government want the Contractor to submit a "Sample Checklist" for your approval after the award of the contract is made? This procurement has been determine to be a commercial item service, therefore the Government intents to rely on industry standards. Please submitall samples that you intend to make use of in the performance of this contract, with your quote. 8. Will the Government grant a Pre-proposal Conference to answer questions by prospective Contractors? The USMS will answer questions by prospective offerors on the Internet via CBDNet in the form solicitation amendments. On February 10, 2000, a notice was placed in the Commerce Business Daily (CBD) requesting market information, many responses were received. Based on this market research this solicitation was developed, and no pre-proposal conference is planned. 9. Please provide us with the necessary documents and information . Your quotation can be submitted on letterhead. Information on technical description, past performance and submission of quotes can be found in FAR 52.212-1, Instructions to Offerors _ Commercial Items . Quoters responding to this solicitation must quote a firm-fixed-price for each contract line item number, and for each contract period, specify any prompt payment terms. You must submit acompleted copy of the provision at FAR 52.212-3, Offer Representations and Certifications -Commercial Items. The full text for the above listed clauses is available at http://www.arnet.gov/far/. 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is MS-00-Q-0024 and is issued as a Request for Quotation (RFQ) and is subject to the special authority for acquisitions of commercial items exceeding the simplified acquisition threshold but not greater than $5,000,000.00, including options. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-16. This acquisition is unrestricted. The small business size standard is $1.5 million and the Standard Industrial Classification Code is 6531. It is the intent of the United States Marshals Service (USMS) to award a firm-fixed price, requirements type purchase order for a base year with 4 option years and a one time 6 month option to extend services. The firm-fixed price includes all costs to prepare and transmit the Property Condition Inspection and Reports (PCIR) via the Internet. For example: all personnel, material, supplies, equipment, transportation, facilities, computer hardware and software, Internet access and email. The estimated maximum quantity that may be required under this contract is not expected to exceed a total of 1,600 reports. For evaluation purposes, it is estimated that there will be 400 Interior and Exterior -- PCIRs and 1,200 Exterior -- PCIRs per year. The schedule will contain 2 contract line item numbers (CLIN) for each contract period, as follows: Base Year: 0001- 400 each and 0002 -- 1200 each, 1st option: 1001 -- 400 each and 1002 -1200, 2nd option: 2001 -- 400 and 2002 -- 1200 each, 3rd option: 3001 -- 400 each and 3002 -- 1200 each, 4 Th option (& option to extend services, if exercised): 4001 -- 400 each and 4002 -- 1200 each . The actual quantities will vary according to the operational requirements of the USMS. The United States Marshals Service requires PCIRs of its seized and/or forfeited real property. Properties may be located anywhere in the continental United States, Puerto Rico and the Virgin Islands and may be zoned any type, i.e., residential, commercial, etc. The first CLIN is for the Interior and Exterior -- PCIR. The contractor will inspect, assess the physical condition of the property and submit a report. The inspection includes: 1. A physical walk through of the entire property. 2. A check of all entry points to determine that the structure is secured. Unsecured property must be reported no later then the next business day. The report must be in an approved format and be available electronically. The second CLIN is for the Exterior -- PCIR. This inspectionis limited to the exterior of structure and surrounding property, commonly referred to as a "drive by." Any damage, vandalism, health or safety hazard, discovered during an inspection, must be reported to the COTR no later then the next business day. Each PCIR will include digital photographs of the exterior front and rear of the structure, including the house number, if available. Damage or vandalism will also be photographed and noted in the PCIR. The date of the photograph will be encoded on each print. Within 10 days of receiving an order, the completed PCIR should be accessible via the Internet. The contractor will maintain an electronic spreadsheet which contains a record for each assigned PCIR. Each record will include as a minimum: the CATS ID number, property address, date assigned to contractor, date of completion. This report will be available and accessible to the USMS via the Internet. The Contractor will communicate electronically with the COTR or other USMS personnel as necessary. The provisions at FAR 52.212-1, Instructions to Offerors _ Commercial Items, and FAR provision 52.212-2, Evaluation of Commercial Items, are applicable to this acquisition. FAR 52.212-2, subparagraph (a) is as follows: The Government will make an offer to the responsible contractor quoting fair and reasonable prices and determined to be the best value in terms of technical acceptability, price, and past performance. The Government will perform an integrated assessment evaluation. For evaluation purposes: technical acceptability, and past performance is significantly more important than price. NOTE: Quoters responding to this solicitation must quote a firm-fixed-price for each contract period, specify any prompt payment terms, and submit a complete 1 copy of the provision at FAR 52.212-3, Offer Representations and certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, and the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, apply to this acquisition. Evaluation of Commercial Items: The following FAR clauses are hereby incorporated by reference: 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). 52.222-49, Service Contract -- Place of Performance Unknown, inserts: (1) nationwide -- property manager and (2) May 9, 2000 with any other classes of service employees.. 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.217-8, Option to Extend Services, Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323),52.222-26, Equal Opportunity (E.O. 11246),52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.216-19 Order Limitations Insert: Minimum Order. There is no minimum delivery order under this contract. Maximum Order. The contractor is not obligated to honor -- Any order for a single item in excess of $100,000.00, Any order for a combination of items in excess of $100,000.00, A series of orders from the same ordering office within three days that together call for quantities exceeding the limitation in subparagraphs (1) or (2) above. FAR 52.216-18 Ordering -- Insert in paragraph (a) "Date of contract award through the period of contract performance." FAR 52.216-21 Requirements. The full text for the above listed clauses is available at http://www.arnet.gov/far/. Posted 05/10/00 (D-SN453550). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0076 20000512\R-0007.SOL)


R - Professional, Administrative and Management Support Services Index Page