SOLICITATION NOTICE
H -- Housing Quality Standards (HQS) Inspector - Solicitation Documents
- Notice Date
- 3/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Region II, 26 Federal Plaza, Suite 1337, New York, New York, 10278, United States
- ZIP Code
- 10278
- Solicitation Number
- 70FBR218Q00000017
- Archive Date
- 3/27/2018
- Point of Contact
- Karley Hoyt, Phone: 202-351-9910, Jerraine Miller, Phone: 202-718-3707
- E-Mail Address
-
karley.hoyt.2@fema.dhs.gov, Jerraine.miller@fema.dhs.gov
(karley.hoyt.2@fema.dhs.gov, Jerraine.miller@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Pricing Template BPA Terms and Conditions Statement of Work COMBINED SYNOPSIS/SOLICITATION for HUD Approved, Housing Quality Standards Inspector(s) Synopsis: This is a combined synopsis/solicitation for commercial supplies prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) part 13, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number is 70FBR218Q000000017 and is issued as a Request for Quote (RFQ). FEMA has determined a need for a HUD certified Housing Quality Standards (HQS) Inspector to perform the duties listed in Statement of Work within the territory of the United States Virgin Islands. This solicitation incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-97, effective January 24, 2018. The North American Industrial Classification System (NAICS) code is 541350. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: 1. https://www.acquisition.gov/far/ 2. http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government contemplates awarding one (1) or more Firm Fixed Price Blanket Purchase Agreements (BPA's) resulting from this solicitation. To be considered for award you must have an active System for Award Management (SAM) registration at the closing of the solicitation. Vendors who submit quotes but do not have an active SAM registration will not be considered for award. Evaluation Criteria Evaluation criteria is Lowest Price Technically Acceptable (LPTA) after determination of technical compliance. Technical compliance: Vendor shall submit proof of their HUD certification to perform Housing Quality Standards Inspection within the territory of the United States Virgin Islands. Vendors who fail to furnish proof of certification shall not be considered for contract award. Vendors are also required to be registered within the System Award Management (SAM) prior to award date; otherwise they are deemed nonresponsive and shall not be eligible for an award. Past performance will be using PPIRS (if applicable) to determine vendor responsibility in accordance with FAR 9.104. Vendors not in PPIRS are required to submit Past Performance reference. In accordance with FAR 26.202-2 Evaluation Preference, preference shall be given to local firms within the declared disaster counties of St. Croix (Island) (County Equivalent), St. Thomas (Island) (County Equivalent) and St. John (Island) (County Equivalent). FAR Clauses and Provisions The following are hereby incorporated by reference: 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.232-18, Availability of Funds 52.232-39, Unenforceability of Unauthorized Obligations 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award(s) will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. Questions are due to the Contract Specialist, no later than 2pm EST, March 22, 2018. Responses to questions will be posted no later than 12pm EST, March 23, 2018. Quotes are due to the Contract Specialist, no later than 12pm EST, March 26, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegII/70FBR218Q00000017/listing.html)
- Place of Performance
- Address: United States Virgin Islands, United States
- Record
- SN04862342-W 20180323/180321231237-419fc3560b968440f7da2f96702a41f5 (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 |