SOLICITATION NOTICE
X -- Provide Lodging for Government Employees
- Notice Date
- 5/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, MN, 55808
- ZIP Code
- 55808
- Solicitation Number
- RFQ-02-13
- Response Due
- 5/16/2002
- Archive Date
- 5/31/2002
- Point of Contact
- Betsy Strom, Procurement Assistant, Phone 218-626-4364, Fax 218-626-4397, - Randy Lloyd, Contracting Officer, Phone 218-626-4360, Fax 218-626-4397,
- E-Mail Address
-
bstrom@fs.fed.us, rlloyd@fs.fed.us
- 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. The solicitation number is RFQ-02-13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-6. This synopsis/solicitation is a total small business set aside. The associated NAICS code is 721199. The small business size standard is $5 million. --------------------------------------------------------------------------------------------------------------------SCHEDULE OF ITEMS: To be considered responsive, contractors must provide a summary sheet detailing how the unit price was arrived at. Estimated Quantities ? The quantities shown in the schedule have been estimated to establish a basis of evaluating proposals for the purpose of award and are not intended to reflect exact quantities. Since exact quantities cannot be ascertained in advance, the quantities in the schedule may be increased or decreased according to actual need. The Government is obligated to pay for only actual quantities received and accepted. Pay Item 01; Provide lodging for government employees during the period 6/1/2002 ? 10/31/2002; Quantity ? 12; Unit ? Employees; Unit Price - $_______________; Total Price - $_______________. ------------------------------------------------------------------------------------------------------------------------DESCRIPTION OF REQUIREMENTS: The Contractor shall furnish all equipment, labor, materials, supplies, transportation, supervision and incidentals, except as specified under Government Furnished Property below, necessary to provide clean living and related space to house up to 12 temporary employees. The housing units shall be fully furnished and can either be located all in one building or in several closely located buildings, and shall include cooking facilities, a common or living room, bedroom(s), bathroom(s), laundry facilities and parking. Bedrooms with one bed as well as bedrooms with multiple beds are acceptable. Cleaning supplies that shall be included are vacuum cleaner, mop, broom, dustpan and bucket. Utility costs including electric, water, sewer, basic telephone service and grounds keeping activities shall be included in the bid price. Maid service is not included in this contract. PROJECT LOCATION: Work consists of furnishing housing for temporary employees of the Gunflint Ranger District Office, Grand Marais, Minnesota. PERFORMANCE REQUIREMENTS: Housing shall be available from June 1, 2002 through October 31, 2002. Housing shall be located within 15 miles of the city limits of Grand Marais, Minnesota. MEASUREMENT AND PAYMENT: Payments will be made monthly after inspection and acceptance by the COR, and upon presentation of an invoice. Payment is in arrears based upon the proper invoicing. GOVERNMENT-FURNISHED PROPERTY: 1 Microwave Oven in housing units, as requested; kitchen utensils and cooking supplies in housing units, as requested; wastebaskets in housing units, as requested; cleaning supplies in housing units, as requested. ---------------------------------------------------------------------------------------------------------The full text of the below clauses or provisions may be accessed electronically at www.arnet.gov/far/ The provision at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation ? Commercial Items, is applicable. The specific evaluation criteria to be included is as follows: award will be made to the technically responsive, responsible offeror based upon Contractor?s demonstration of ability to meet all technical requirements, price and past performance which provides the best value to the government. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items and AGAR 452.222-70 Compliance with Veterans Employment Reporting Requirements with their offer. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by references, to implement provisions of law or execute orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest after Award (31 U.S.C. 3553). The Contractor shall comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: _____ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). _____ (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). _____ (3) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). _____ (4) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637 (a)(14)). _____ (5) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). _____ (ii) Alternate I of 52.219-23. __X__ (6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X__ (7) 52.222-26, Equal Opportunity (E.O. 11246). __X__ (8) 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). __X__ (9) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). __X__ (10) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). __X__ (11) 52.222-19, Child Labor - - Cooperation with Authorities and Remedies (E.O. 13126). _____ (12) 52.225-1, Buy American Act - - Balance of Payments Program - - Supplies (41 U.S.C. 10a-10d). __X__ (13) 52.232-34, Payment by Electronic Funds Transfer - - Other than Central Contractor Registration (31 U.S.C. 3332). _____ (1) 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.). _____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). The Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable. Numbered Note 1 is applicable. Proposals are due by close of business on May 16, 2002 to Randy W. Lloyd, Contracting Officer, 8901 Grand Avenue Place, Duluth, MN 55808. Fax number is 218-626-4397. Proposals may be submitted via mail or fax. Contractor is responsible for confirming receipt of proposals. Contact Randee Olson, 218-387-1750, for technical information regarding the solicitation.
- Place of Performance
- Address: within 15 miles of Grand Marais, MN
- Zip Code: 55604
- Country: USA
- Zip Code: 55604
- Record
- SN00069393-W 20020503/020501213145 (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 |