Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOLICITATION NOTICE

23 -- Mobile Office Trailer required as temporary space to support first responder for disaster operations

Notice Date
6/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
 
ZIP Code
94607-4052
 
Solicitation Number
HSFE04-12-R-00008
 
Point of Contact
annette r wright, Phone: 7702205663, Akela Brown, Phone: 4043235084
 
E-Mail Address
annette.wright@fema.dhs.gov, akela.brown@fema.dhs.gov
(annette.wright@fema.dhs.gov, akela.brown@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
23---Mobile Office Trailer required as temporary space to support first responders for disaster operations Solicitation No.: HSFE04-12-R-00008 NoticeTypeCombined/Synopsis/Solicitation Synopsis: Added: June 6, 2012 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 being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation HSFE04-12-R-0008 is issued as a request for proposal (RFP)—Indefinite Delivery/Indefinite Quantity—Firm Fixed Price. The contractor shall provide the following items (brand name or equal) on a firm fixed price basis including the cost of shipping FOB Destination: The synopsis/solicitation is to purchase the following the items: CLIN 0001 Quantity: 1 Description: Rental of 10.5 x 44 standard mobile office trailer. Equipment must include—Heat and AC, Electrical outlets inside office configuration, (outlets every 6 to 8 feet), electrical hookup is 110 or 220 volt, with electrical box marked for proper electrical hookup, window with blinds and/or curtains, two entry/exit doors (lockable with two sets of keys, stairs with railings for doorways, large open area with an office at one end (office capable of 4 workstations or to operate as a small conference room). Rental must include all transportation costs (including permits), complete set up, takedown and blocking). Complete service and emergency repair of unit if necessary. Equipped with central HVAC, baseboard heat, paneled walls, tile floor, florescent lighting, aluminum siding exterior. CLIN 0002 Quantity: 1 Description: Rental of 12 x 60 standard mobile office trailer. Equipment must include—Heat and AC, Electrical outlets inside office configuration, (outlets every 6 to 8 feet), electrical hookup is 110 or 220 volt, with electrical box marked for proper electrical hookup, window with blinds and/or curtains, two entry/exit doors (lockable with two sets of keys, stairs with railings for doorways, large open area with an office at one end (office capable of 4 workstations or to operate as a small conference room). Rental must include all transportation costs (including permits), complete set up, takedown and blocking). Complete service and emergency repair of unit if necessary. Equipped with central HVAC, baseboard heat, paneled walls, tile floor, florescent lighting, aluminum siding exterior. CLIN 00003 Quantity: 1 Description: Rental of 25 x 60 standard mobile office trailer. Equipment must include—Heat and AC, Electrical outlets inside office configuration, (outlets every 6 to 8 feet), electrical hookup is 110 or 220 volt, with electrical box marked for proper electrical hookup, window with blinds and/or curtains, two entry/exit doors (lockable with two sets of keys, stairs with railings for doorways, large open area with an office at one end (office capable of 4 workstations or to operate as a small conference room). Rental must include all transportation costs (including permits), complete set up, takedown and blocking). Complete service and emergency repair of unit if necessary. Equipped with central HVAC, baseboard heat, paneled walls, tile floor, florescent lighting, aluminum siding exterior. The required delivery date is one (1) day after receipt of order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB Destination points can be the following states, Alabama, Georgia, Mississippi, Florida, Kentucky, North Carolina, South Carolina, and Tennessee. The provision at 52.212-1, Instructions to Offerors—Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposal are due at or before 3:00pm EST, 22 June 2012. Submit to: DHS/FEMA, Attn: Annette R Wright, 3003 Chamblee-Tucker Road, Atlanta, Georgia 30341 or by email: Annette.wright@dhs.gov. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b) (4) submit a technical description of the items being offered. (b)(5) If the offer is not submitted on the SF 1449, include a statement specifying the extent of the agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offerors does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offerors. The provision at FAR 52.212-2 Evaluation—Commercial items apply. In addition to the information within paragraph (a), the following evaluation factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii) price (iii) past performance. All evaluation factors are of approximately equal importance. The government may award on “best value” and most advantageous to the Government based on the factors contained in the solicitation. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications---Commercial Items and Alt 1 must be completed electronically on the Online Representations and Certifications Application (ORCA) website via https://www.acquisition.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. The following additional Federal Acquisition Regulation (FAR) clauses cited in the clause are applicable to this acquisition: 52.202-01 Definitions (July 2004) 52.203-03 Gratuities (APR 1984) 52.203-05 Covenant Against Contingent Fees (APR 1984) 52.203-06 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-07 Anti-Kickback Procedures (JUL 1995) 52.203-08 Cancellation, Rescission and Recovery of Funds for illegal or Improper Activity (JAN 1997) 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2006) 52.204-02 Security Requirements (Aug 1996) 52.204-04 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 52.204-07 Central Contractor Registration (JUL 2006) 52.204-09 Personal Identity Verification of Contractor Personnel (NOV 2006) 52.209-06 Protecting the Government’s Interest when subcontracting with Contractor’s Debarred, Suspended, or Proposed For Debarment (SEP 2006) 52.211-05 Material Requirements (AUG 2000) 52.215-02 Audit and Records—Negotiation (JUN 1999) 52.216-07 Allowable Cost and Payments (DEC 2002) 52.216-08 Fixed Fee (Mar 1997) 52.216-18 Ordering (OCT 1995) Para (a), issued from date is July 1, 2012 Para (a), issued through date is 09/30/2017 52.216-19 Ordering Limitations (Oct 1995) Para (a). Insert dollar mount or quantity. “ 2” Para (b)(1). Insert dollar amount or quantity. “1” Para (b) (2). Insert dollar amount or quantity. “2” Para (b) (3). Insert number of days. 60 days Para (d). Insert number of days 100 days 52.216-22 Indefinite Quantity (OCT 1995) Para (d). Date is 10/1/2017 52.222-01 Notice to the Government or Labor Disputes (FEB 1997) 52.222-02 Payment for Overtime Premiums (JUL 1990) Para (a) Dollar amount is $0.00 52.222-03 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Employment for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006) 52.222-36 Affirmative Action for Worker with Disabilities (JUN 1998) 52.222-37 Employments Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006) 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees (DEC 2004) 52.223-05 Pollution Prevention and Right to Know Information (AUG 2003) 52.223-06 Drug-Free Workplace (MAY 2001) 52.223-14 Toxic Chemical Release Reporting (AUG 2003) 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006) 52.226-3 Disaster or Emergency Area Representation (NOV 2007) Para (a). Alabama, Georgia, Mississippi, Florida, Tennessee, Kentucky, North Carolina, South Carolina Para (b). that it does not or does not reside or primarily do business in the set-aside area 52.226-4 Notice of Disaster or Emergency Area Set-Aside (NOV 2007) Para (a), offers are solicited only from businesses residing or primarily doing business in Alabama, Georgia, Mississippi, Tennessee, Kentucky, North Carolina, South Carolina and Florida 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringements (AUG 1996) 52.227-10 Filing of Patent Applications—Classified Subject Matter (APR 1984) 52.232-17 Interest (JUN 1996) 52.232-18 Availability of Funds (APR 1984) 52.232-25 Prompt Payment (OCT 2003) 52.232-23 Assignment of Claims (JAN 1986) 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003) 52.233-01 Disputes (JUL 2002) 52.233-03 Protest after Award (AUG 1996)-Alternate 1 (JUN 1985) 52.244-06 Subcontracts for Commercial Items (MAR 2007) Other Contract Clauses in Full Text: Indefinite Quantity This is an Indefinite Quantity contract as contemplated by FAR 16.504. The total scope of the technical Tasks for which orders may be issued is set forth in paragraph 52.216-19. The maximum dollar amount the Government may order under this contract is 2; the minimum amount is 1. Ordering Procedures (a) Orders will be issued by the Contracting Officer in accordance with the Ordering Clause of this contract. However, the following procedures shall be used for negotiation orders. 1. The Contracting Officer will provide the contractor with a copy of the notification of each proposed order which will include a description of work to be performed, description of expertise required, and desired completion date. 2. The contractor shall then: (i) submit to the Contracting Officer a brief technical discussion describing how the work will be performed; (ii) submit a cost proposal identifying labor categories and number of hours within each category required for the performance of the proposed work; (iii) identify and provide rationale for all non-labor cost elements 3. Upon receipt of the proposal, the Contracting Officer will analyze the proposal and if acceptable, issue an order directing the contractor to commence performance, or if the proposal is not fully acceptable as offered, negotiations shall be conducted prior to issuance of any Order. In the event issues pertaining to a proposed work cannot be resolved to the satisfaction of the Contracting Officer, the Contracting Officer reserves the right to withdraw and cancel the proposed work. In such event, the Contractor shall be notified, via letter, of the Contracting Officer’s decision. This decision shall be final and conclusive and shall not be subject to the Dispute clause or the Contract Dispute Act. 4. The contractor is not authorized to commence performance prior to issuance of the Order by the Contracting Officer. Department of Homeland Security Clause— 3016.505 Ordering. (b)(5) The Component Competition Advocate is designated as the Component Task and Delivery Order Ombudsman, unless otherwise provided in Component procedures. (i) If any corrective action is needed after reviewing complaints from contractors on task and delivery order contracts, the Component Ombudsman shall provide a written determination of such action to the contracting officer. (ii) Issues that cannot be resolved within the Component shall be forwarded to the DHS Task and Delivery Order Ombudsman, who is also the DHS Senior Competition Advocate, for review and resolution.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE04-12-R-00008/listing.html)
 
Place of Performance
Address: DHS/FEMA, 3003 Chamblee Tucker Road, Atlanta, Georgia, 30294, United States
Zip Code: 30294
 
Record
SN02767590-W 20120608/120606235521-3aee4de54bc199ef9838652f8e836690 (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.