Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

X -- Temporary Office Space - Attachments

Notice Date
2/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-12-Q-00051
 
Point of Contact
Jina Yu, Phone: 202-447-0450, Adrienne Daise, Phone: 202.447.5499
 
E-Mail Address
jina.yu@dhs.gov, Adrienne.Daise@dhs.gov
(jina.yu@dhs.gov, Adrienne.Daise@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment B: Schedule of CLINS Attachment A: Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 Government intends to award a Firm-Fixed Price contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose quotation conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. The Contract shall provide for temporary office space/workstations and parking in the Washington, DC area in support of the Department of Homeland Security, Office of Procurement Operations (DHS-OPO) evaluations. The Request for Quotation (RFQ) Number is HSHQDC-12-Q-00051. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48. This acquisition is 100% set aside for Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 531120 and the Size Standard for the NAICS code is $7,000,000.00. Date and place of delivery and acceptance: To be determined at time of contract award for a base term of three (3) months with a subsequent option period as outlined in Attachment B- Schedule of CLINS. The provision at Federal Acquisition Regulation (FAR) 52.212-1(Jun 2008), Instructions to Offerors - Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors' submissions shall include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least two relevant past performance references wherein they provided they same type and scope of service as required by this RFQ. References shall be for services provided within the last three years. Each Offeror shall submit their Technical Quotation and associated documents as a separate electronic attachment from the Pricing Quotation. The Contractor shall also ensure (in their Technical Quotation) the room specifications to include size, space between desks, distance between offices (if applicable), distance to metro, etc., are outlined in the Technical Quotation. The Pricing Quotation attachment shall include the format shown on Attachment B and include a breakout to show the compilation of the firm fixed price by space/room. Fixed monthly rates shall include all prices and fees. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers: 1) Technical Capability, 2) Past Performance, and 3) Price. Technical Capability and Past Performance are of equal importance. However, when combined, they are significantly more important than price. The technical quotation shall include details describing the contractor's ability to provide the space and service requirements outlined in Attachment A: Statement of Work. Please note: as part of the technical evaluation process, the Government will conduct a site-visit to examine the space proposed and the overall quality of the space including, but not limited to, security, distance from metro, parking, proximity of offices to one another, level of unrelated activity within the proposed space, and the document storage room. Your technical quotation shall not exceed ten (10) pages to include brochures and other documentation. There are no page limitations to the price quotation. The Contractor shall ensure the proposed space is available for the site-visit on Tuesday, February 28, 2012. FAR 52.212-3 (Feb 2012) Offeror Representations and Certifications-Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date and provide verification of completion along with the Price Quotation. The clause at 52.212-4 (Feb 2012), Contract Terms and Conditions-Commercial Items applies to this acquisition. The following addenda have been attached to this clause: None. The provision at 52.212-5 (Feb 2012), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.201-1 Definitions (Jan 2012), 52.203-3 Gratuities (Apr 1984), 52.209-5 Certification Regarding Responsibility Matters (Apr 2010), 52.217-5 Evaluation of Options (Jul 1990), 52.217-8 Option to Extend Services ( Nov 1999), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.222-3 Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-22, Previous Contracts and Compliance Reports (Feb 1999), 52.222-25 Affirmative Action Compliance (Apr 1984), 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sept 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) ; 52.222-37 Employment Reports on Veterans (Sept 2010) ; 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); 52.232-1 Payments (Apr 1984) ; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) ; 52.243-1 Changes---Fixed-Price (Aug 1987); 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) The following additional clauses are cited: 52.204-7 Central Contractor Registration (Feb 2012) ; HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (Jun 2006) ; 3052.242-72 Contracting Officer's Technical Representative (Dec 2003). Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM Rating under the Defense Priorities and Allocations System (DPAS) - N/A. Any requests for additional information or explanations concerning this document must be received via email to Jina Yu, Contract Specialist at Jina.Yu@dhs.gov and Adrienne Daise, Contracting Officer at Adrienne.Daise@dhs.gov no later than 12:00 pm Eastern Standard Time on Monday, February 21, 2012. In order to receive responses to questions, offerors must cite the section, paragraph number, and page number. Offers are due no later than Monday, February 27, 2012 - 12:00 noon EST and must be submitted electronically (via email) to the Contract Specialist. The Offer should include: 1. Technical Quotation: Not to Exceed ten (10) pages 2. Price Quotation 3. Two (2) Past Performance References including Name, Telephone number, Email address and the Contract number pertaining to their reference. 4. Attachment B: Schedule of CLINS Site visit will occur on Tuesday, February 28, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-12-Q-00051/listing.html)
 
Record
SN02677384-W 20120218/120216235055-9d780196214beebe76e577e04903893e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.