Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5, 2000 PSA #2678
SOLICITATIONS

X -- TEMPORARY LODGING

Notice Date
August 31, 2000
Contracting Office
USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 100 North 6th St., Minneapolis, MN 55403
ZIP Code
55403
Solicitation Number
26-M-APHIS-01
Response Due
September 14, 2000
Point of Contact
Jeanne V. Lewis @ 612-370-2109
E-Mail Address
jeannie.v.lewis@usda.gov (jeannie.v.lewis@usda.gov)
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 formation included in this notice. This announcement constitutes the only solicitation/proposals that are being requested and a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Circular 97-19. This acquisition is a 100% Small Business Set Aside. The SIC is 7011. The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Professional Development Center (PDC) requires the rental of fully furnished studio units for Government employees attending training in Frederick, Maryland, for the period of approximately 9 weeks. SPECIFICATIONS: FULLY EQUIPPED KITCHEN, Temporary lodging for Government employees attending training in Frederick, Maryland for a period of approximately 9 weeks. LOCATION: The lodging facility shall be located within a 12 mile radius of the Professional Development Center, located at 69 Thomas Johnson Drive, Frederick, Maryland 21702. ACCOMMODATIONS: The facility must include the following: A. Single sleeping rooms with the following minimum equipment and services provided in each room: three feet of space for hanging clothes; one four drawer chest of drawers; one desk and chair ; soap, drinking cups, and blankets B. Each unit shall include a small refrigerator, microwave and electric coffee maker C. Cleaning Services: Daily room services to be performed. Clean towels, washcloths, trash removal, cleaning bathroom, making bed and vacuuming will be included in the daily room service. C. Phone services to be billed to the employees weekly with no charge for unconnected local or long distance calls. 3. CANCELLATIONS: Individual rooms can be canceled after giving 24 hours notice. 4. Quality of service: The USDA will survey the employees to assess contract compliance and quality of service. If at any time more than 25 percent of the employees express reasonable displeasure with the lodging, the Government will terminate the contract after giving 72 hours notice. Rental shall be as requested and anything less than a month shall be prorated on a daily basis. The Government housing shall include one efficiency studio with fully equipped kitchen. Maid service is required on a weekly basis. Each one bedroom efficiency studio unit shall be completely furnished with a minimum of the following: Three feet of space for hanging clothes; One four drawer chest of drawers Dining room table and 2 chairs; One sofa or recliner, table with table lamp and chair to accommodate business/study needs, cable Television Fully equipped kitchen with refrigerator, stove top, microwave, coffee maker and cooling utensils; Blinds and/or drapes shall be on every window The studio unit shall also include a minimum of the following items: 2 piece place setting of dishes, flatware, beverage glasses, place-mats napkins, hotpads, serving spoons and steak knives, carving and paring knives; Silverware tray, cookware set, spatula, mixing/serving bowls, rubber scraper, casserole dish, 2 quart oblong baking dish, wire whisk, grater, potato peeler, colander, spatula, tong, graduated measuring spoon set, juice pitcher with lid, butter dish with lid, paper towels and holder, and dish drainer set; salt and pepper set, bottle opener/juice can opener, electric coffee maker, tea kettle, dish clothes, dish towels, toaster, and dust pan and brush; waste baskets: 3 (1 each for the bathroom, kitchen and bedroom area); clock radio and desk telephone iron and ironing board A minimum of the following linens shall be provided in each unit: 4 bath towels, wash cloths, hand towels, and 2 bath mats; 2 standard pillows with protectors along with pillow cases ; 2 blankets, 2 sets of sheets, and 1 bedspread 15 clothes hangers The studio unit shall be completely cleaned once a week and include a minimum of the following: Making bed: Clean sheets, towels and washcloths and bath mats; Trash pick up Dusting of furniture, vacuum carpets, floors swept and mopped Clean bathroom to include shower, bathtub, sink, toilet, mirrors and floor Clean kitchen to include sinks, countertcps, floor, exterior surfaces of refrigerator, stove and microwave; Replenish soap, toilet paper and facial tissue A start up package to include coffee, tea, sugar and creamer packets, shampoo, soap, facial tissue and paper towels. Phone service shall be provided that can be billed to the Government employee on a bi-weekly basis. Voice mail or an answering machine shall be provided. Utilities shall be provided by the contractor to include water, sewage, electric, and trash removal. A security pass key system and a well lit area. On site Laundromat. An individual room can be canceled with a 24 hour notice without charge to the USDA. Efficiency studios shall meet all applicable city, state and federal codes and regulations. The contractor shall go through a inventory check with the USDA employee that will be occupying the room to verify all items are provided. The contractor shall go through an exit check when the USDA employee is vacating the studio unit. The USDA employee will be personally responsible for any item(s) not accounted for. The personal safety of the USDA employee is our top priority, therefore, we will not award a contract to a facility that is in an area with a high crime rate where our employees could be in danger. The facility will be inspected and the local law enforcement agency will be contacted as to the safety of our employees living in the area. Invoices and a current monthly listing shall be sent to the Contracting Officer's Representative (COR) and shall include: Name of USDA employee; Date of occupancy; Room number; Contract number. The COR for this contract is Edna Walter, 69 Thomas Johnson Drive, Frederick, MD. She may be contacted at (301)663-8598. The contract administrator is Margie Thomson and she may be contacted at (612)370-2121. SCHEDULE OF ITEMS AND PRICES: BASE YEAR: ITEM 1: Fully Equipped Kitchen; Single Occupancy, 32 participants for 66 days; Daily Rate $_______ January 19,2001 -- March 15,2001. ITEM 2: Fully Equipped Kitchen; Single Occupancy, 32 participants for 65 days; Daily Rate $________ March 7, 2001 -- May 10, 2001. Item 3: Fully Equipped Kitchen; Single Occupancy, 32 participants for 65 days, Daily Rate $________ June 13, 2001 -- August 16, 2001. The following FAR clauses apply to this acquisition; 52.212-1; Instructions to Offerors-Commercial Items, FAR 52.212-2; Evaluation Commercial Items; 52-212-3, Offerors Representations and Certifications -- Commercial Items; FAR 52-212-4, Contract Terms and Conditions -- Commercial Items and Contract Terms and Conditions -- Required to Implement Statutes or Executive Orders -- Commercial Items; FAR 52.248-1, Value Engineering; FAR 52.217-5, Evaluation of Options; FAR 52.217-9, Option to Extend the Terms of the Contract; FAR 52.217-8, Option to Extend Services; and FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, Public Law 105-339; Standard Form LLL, Disclosure of Lobbying Activities, Past Performance will be evaluated. The Government reserves the right to award a contract without discussions. Award will be based on best value to the Government. Inspection and Acceptance required prior to award. An on-site inspection of each facility could be conducted by an agency designee prior to a contract award. The inspection will be to ensure the facility meet SOW requirements. Offerors shall prepare proposal in accordance with Instructions to Offerors. The Government will award a contract to the responsible offeror whose offer conforms to the solicitation, technical and cost factors considered. Technical is more important than cost. Facsimile proposals are acceptable. The facsimile number (612)370-2106. The bid opening date is September 14, 2000 at 2:00 P.M., CST. Reference http://www.arnet.gov/far/fac.html for applicable forms
Record
Loren Data Corp. 20000905/XSOL003.HTM (W-244 SN492491)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com