Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604

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 revise the Schedule and provide answers to questions received in response to the solicitation. The Schedule is amended as follows: 1.This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-17 (Instead of 16). 2. The word "continental " is deleted from the following sentence: Properties may be located anywhere in the United States, Puerto Rico and the Virgin Islands and may be zoned any type, i.e., residential, commercial, etc. Questions and Answers: (Q) The synopsis/solicitation seems to indicate Hawaii is not included in the scope of work, because it is not in the "...continental United States." Is that a correct statement? (A)The requirement includes every state, as well as Puerto Rico and the Virgin Islands. (Q)At several locations it is indicated that the PCIR's must be accessible via the Internet. Does this mean the contractor will maintain a server accessible by the USMS, or will we upload the inspections to a USMS site? (A)The successful contractor will maintain a secure website/server or a part of a larger system that can only be access by the USMS. (Q)How many copies and what information is required in order to respond to the subject RFQ. (A)Your quotation should include three copies of each of the following: (1) Pricing for both reports, for the base year and 4-One Year Options (2) Technical Information (3)Past Performance Information and (4) a completed copy of the Representations and Certifications contained in FAR 52.212-3 (Q)How will access be gained to the properties that require interior and exterior inspections -- will you send a door key with the task order? Will we meet someone at the property? (A)Access information and a local emergency point of contact (POC) will be included with each task order. (Q)If the contractor is unable to complete the inspection for legitimate reasons, (personal safety, wrong address, etc.) will the contractor be reimbursed for costs involved in the attempt? (A)If the contractor encounters a problem with completing the task, they are to notify their POC for resolution. If failure to performed is due to no fault on the part of the Contractor, then the Contractor may receive payment for an exterior report, regardless which report was order. There are no reimbursable items included in this contract. (Q) Do you have a software preference for reporting the inspections? Is MS Word, or Excel, or Access OK? (A)The USMS has no software preference. However, the USMS must be able to download and print from the Contractor's Internet site. (Q)Other than a check of entry points, damage and safety hazards, what property condition information do you require? What level of detail are you interested in? (A)The property condition information is limited to sight inspections. The contractor is to record the physical and/or the surface condition of the property. These inspections do not require the skills of journeyman trade personnel. The contractor is to provide its property inspection forms with their quotation for review and acceptance. 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 inspection is 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 05/17/00 (D-SN455708). (0138)

Loren Data Corp. http://www.ld.com (SYN# 0073 20000519\R-0008.SOL)


R - Professional, Administrative and Management Support Services Index Page