SOLICITATION NOTICE
X -- Lease lodging for 9 members of the Mississippi Army National Guard in Jackson, Mississippi
- Notice Date
- 1/8/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 172 LS/LGC, 141 Military Drive, Jackson, MS 39208-8872
- ZIP Code
- 39208-8872
- Solicitation Number
- W9127Q-04-T-0006
- Response Due
- 1/23/2004
- Archive Date
- 3/23/2004
- Point of Contact
- Lisa G. Maisel, 601-405-8341
- E-Mail Address
-
Email your questions to 172 LS/LGC
(lisa.maisel@msjack.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q-04-T-0006 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition C ircular 2001-18. This is a 100% small business set-aside; NAICS is 721110 and size standard is $6M. Line item 0001: Services, non-personal: Furnish all labor, equipment, supplies, materials, testing, plant, transportation and supervision necessary to p rovide lodging for 9 members of the Army National Guard temporarily located in Jackson, Mississippi; Period of Performance February 12, 2004 through December 11, 2004 (10 months). The units must be located in the Hinds, Madison, or Rankin County area. Un its must be furnished. Minimum unit requirements include: private sleeping quarters; bathroom facilities shared by no more than two people; refrigerator and microwave oven; access to laundry facilities; 24-hour access to quarters; and fire safety code co mpliance. Units must include all required utilities to include electricity, water, gas, basic cable TV and local telephone (no long distance). All units must be located within the same complex. Lease terms will include a provision that the lease can be broken with a 30-day written notice from the Government. No security deposit will be required. The two Performance Objectives are: 1) Cleanliness and 2) Fire Safety. Standard and Acceptable Quality Level: 1) For Cleanliness is clean sheets and towels provided regularly; thorough cleaning and disinfecting provided at least once-a-week; 2) For Fire Safety is 100% compliance with fire safety code. Method of Performance Assessment: 1) For Cleanliness is initial inspection by Air National Guard public hea lth official and monthly survey of occupants; 2) For Fire Safety is initial inspection by Air National Guard fire department official. The provision at 52.212-1, Instructions to Offerors-Commercial Items (Oct 2003) applies to this acquisition. The provis ion at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Offers will be evaluated as to the best value to the government, price and other factors considered. The units will be evaluated on location; all units located within th e same complex; cleanliness; condition of units and all furnishings within the units; furnishing of all required utilities at no additional cost to the government; compliance with fire safety code; and whether or not the lease agreement can be broken with a 30-day written agreement. Award will be made based on the best value to the Government. All technical evaluation factors other than cost and price, when combined, are approximately equal to price. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2003) Alternate 1 (Apr 2002) applies to this acquisition and a completed copy of this provision shall be submitted with any offer. The following clauses are applicable to this acquisition: 52.212-4, Contract Terms an d Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of S egregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Rep orts On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act Of 1965, As Amended; 52.222-42, Sta tement of Equivalent Rates for Federal Hires; 52.233-3, Protest After Award; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Sub mission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, Alternate III. Wage Determination No. 1996-0455 Revision No. 12 dated 07/29/2003 is applicable to this acquisition. Offers are due no later than 2:00 P.M. on Friday, January 23 , 2004 by email, fax or mail. Point of Contact is 172nd MSG/MSC, MSG Lisa G. Maisel, 141 Military Drive #13, Jackson MS 39232-8881; phone 601-405-8341; fax 601-405-8214; email lisa.maisel@msjack.ang.af.mil.
- Place of Performance
- Address: 172 MSG/MSC 141 Military Drive Jackson MS
- Zip Code: 39232-8881
- Country: US
- Zip Code: 39232-8881
- Record
- SN00500689-W 20040110/040108212210 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |