SOLICITATION NOTICE
99 -- Building Insurance
- Notice Date
- 2/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 524126
— Direct Property and Casualty Insurance Carriers
- Contracting Office
- Department of the Treasury, Office of Thrift Supervision (OTS), Procurement and Administrative Services, 1700 G Street, N.W., 3rd Floor, Washington, DC, 20552, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-TOTS-D-07-Q-00001
- Response Due
- 3/7/2007
- Archive Date
- 3/22/2007
- Description
- The Office of Thrift Supervision (OTS) intends to negotiate a sole source contract with the Cima Companies, 216 S. Peyton Street Alexandria, VA 22314 for continuing building insurance coverage inclusive of business personal property, other property coverage, and terrorism insurance. The OTS is located at 1700 G Street, NW, Washington, DC 20552 and is approximately 494,000 gross square feet with seven floors and two parking levels. The building was built in 1977 and is concrete with limestone facade and has seven floors. The fitness center and mechanical spaces are located on the seventh floor. The sixth and fifth floors have office space occupied by OTS. The third and fourth floors have office spaced that is leased to another Government agency. The second floor is OTS-occupied space and an amphitheater. The ground floor has two building lobbies, credit union, trash collection room, fire control room, and leased retail facilities. The basement consist of office space, child care center, library, exercise room, training center, office suite, employee lounge, mail room, copy center, computer room, and mechanical spaces. Parking levels one and two have a total of 229 parking spaces along with storage, and mechanical spaces. Only OTS employees, tenants, a limited number of pre-cleared visitors are permitted access to the parking levels. Closed circuit telephone cameras are installed on both parking levels and security guards control the parking garage entrances and exits. The building has an inspected and operational sprinkler system. The building also has a centralized fire control system. Security guards and a watch engineer are on site at the facility 24 hours seven days a week. Exterior doors to the OTS-occupied portion of the building are alarmed to a central security station and closed-circuit television cameras are positioned in several locations inside and outside of the facility. The building fire alarm is a Pyrotronics system installed in 1999. The roof was replaced in 1995. The steam reducing station (heating) was renovated in 1998. There has been no building-wide replacement of wiring or plumbing. There have been no losses in the past seven years. This synopsis is prepared in accordance with FAR Part 13. A separate solicitation is not available. This notice of intent is not a request for competitive proposals. However, Responsible firms may submit a written response to this notice. The Government will consider all responses received by 2:00 P.M., March 7, 2007. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Information submitted in response to this notice should include 1. Price Proposal-a firm fixed price for the required insurance coverage. 2. Technical Proposal-a complete description of the proposed insurance coverage. 3. Past Performance Information-insurance coverage provided for facilities consisting of the same type and blend of owner occupied and leased space including garage and other space, and the buildings must be located within close proximity of the White House. The estimated renewal amount is $34,000 annually. The period of performance will be April 15, 2007 through April 14, 2008. ORAL QUESTIONS WILL NOT BE ACCEPTED. All questions must be submitted via email to Isabel.roman-cogswell@ots.treas.gov by 2:00 P.M. February 22, 2007. Information submitted in response to this synopsis must be submitted via emailed to elaine.logan@ots.treas.gov by 2:00 P.M. March 7, 2007. ORAL PROPOSALS WILL NOT BE ACCEPTED. The OTS intends to award a firm fixed price contract only after determining The Cima Companies's proposal to be the most advantageous means of satisfying the Government's requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-14 and in accordance with FAR 12.6 as supplemented with the additional information included in this notice. The provision at 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this procurement. Interested parties are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. Provisions may be accessed at www.arnet.gov/far. The On-line Representations and Certifications Application (ORCA) may be accessed via http://orca.bpn.gov/login.aspxis. The following FAR provisions and clauses are applicable to this acquisition: 52.203-3, Gratuities; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed online at https://www.ccr.gov.
- Place of Performance
- Address: Washington, DC
- Zip Code: 20552
- Country: UNITED STATES
- Zip Code: 20552
- Record
- SN01228864-W 20070210/070208223620 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |