Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2002 FBO #0188
SOLICITATION NOTICE

S -- Libby Asbestos Project - Temporary Housing

Notice Date
6/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-Q-80116
 
Response Due
6/13/2002
 
Archive Date
7/13/2002
 
Point of Contact
Point of Contact - Diane E. McKenzie, Contract Specialist, (617) 494-6318
 
E-Mail Address
Email your questions to Contract Specialist
(mckenzie@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Part 12, Part 13, and Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-07. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification Systems Code is 721110 and the small business standard is $6.0 million. The Volpe Center requires temporary housing to relocate residents of Libby Montana who will be effected by the removal of Zonolite attic insulation and large quantities o f soil removed from their properties, which may pose a health risk if they remain on their property during the removal process. The Volpe Center requires interested bidders to reserve blocks of 10 to 20 rooms (five (5) singles and five (5) doubles) for periods of five nights to three weeks from June 1, through December 31, 2002. The government will notify the hotel by 11:00 a.m. M.T., of the actual number of rooms required for that day. The government reserves the right to make multiple awards. All bidders must meet the Government standards for temporary housing, i.e., Section 24.2(f) of the Uniform Regulations at CFR Part 24 entitled Replacement Housing Standards/Decent, Safe, and Sanitary Standards and Comparable Replacement Housing. Decent, Safe, and Sanitary Standards means the dw elling must meet applicable housing and occupancy codes. However, any of the following standards, which are not met by an applicable code, shall apply unless waived for good cause by the Federal agency funding the project. The dwelling shall: 1) be structurally sound, weather tight, and in good repair; 2) contain a safe electrical wiring system adequate for lighting and other devices; 3) contain a heating system capable of sustaining healthful temperature of approximately 70 degrees Fahrenheit for a displaced person, except in those areas where local climatic conditions do not require such a system; 4) be adequate in size with respect to the number of rooms and area of living space needed to accommodate the displaced person. There shall be a separate, well lighted and ventilated bathro om that provides privacy to the user and contains a sink, bathtub or shower stall, and a toilet, all in good working order and properly connected to the appropriate sources of water and to a sewage drainage system. In the case of a housekeeping dwelling, there shall be a kitchen area that contains a fully usable sink, properly connected to potable hot and cold water and to a sewage drainage system, and adequate space and utility service connections for a stove and a refrigerator; 5) contain unobstructed egress to safe, open space at ground level. If the replacement dwelling unit is on the second story or above, with access directly from or through a common corridor, the common corridor must have at least two means of egress; and 6) for displaced person who is handicapped, be free of any barriers, which would preclude reasonable ingress, egress, or use of the dwelling by such displaced person. Comparable Replacement Housing means a dwelling must be: 1) decent, safe, and sanitary; 2) functionally equivalent to the displacement dwelling. The term functionally equivalent means that it performs the same function, provides the same utility, and is capable of contributing to a very comparable style of living. While a comparable replacement dwelling need not posses every feature of the displacement dwelling, the principal features must be present. Generally, functional equivalency is an objective standard, reflecting the range of purposes for which the various physical features of a dwelling may be used. However, in determining whether a replacement dwelling is functionally equivalent to the displacement dwelling, the Agency may consider reasonable tradeoffs for specific features when the replacement unit is equal to or better then the displacement dwelling; 3) adequate in size to accommodate the occupants; 4) in an area not subject to unreasonable adverse environmental conditions; 5) in location generally not less desirable than the location of the displaced person?s dwelling with respect to public utilities and commercial and public facilities, and reasonably accessible to the person?s place of employment; 6) on a site that is typical in size for residential development with normal site improvements, including customary landscaping. The site need not include special improvements such as outbuildings, swimming pools, or greenhouses; 7) currently available to the displaced person on the private market. However, a comparable replacement dwelling for a person receiving government housing assistance before displacement may reflect similar government housing assistance; and 8) within the financial means of the displaced person. All bidders must also have establishments equal to a AAA approval rating of two diamonds. Bidders must also be located within Libby Montana. In addition to their bid, Bidders must submit documentation that states they meet all government criteria. Bidders shall submit pricing equal to or below the government per diem rate of $55.30 for Lincoln County, Montana for the following various accommodations, CLIN 0001, summer rate, 1 bed, 1 person; CLIN 0001AA, winter rate 1 bed, 1 person; CLIN 0002, summer rate 1 bed, 2 peo ple; CLIN 0002AA winter rate 1 bed, 2 people; CLIN 0003, summer rate, 2 beds, 2 people; CLIN 0003 winter rate, 2 beds, 2 people; CLIN 0004, summer rate, 2 beds, 3+ people, CLIN 0004AA winter rate, 2 beds, 3+ people. The provision at 52.212-1, Instruction to Offerors ? Commercial, is hereby incorporated by reference. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; additional clauses cited in 52.212-5, that apply to this acquisiti on are: (b) 1, 11, 12, 13, 14, 15, 16, 22, 24. 52.219-1, Small Business Program Representations. (OCT 2000) and 52.219-1 Small Business Program Representations. (OCT 2000) ? Alternate I (OCT 2000) are incorporated by reference. The clause at 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et. seq.), incorporated by reference. NO HARD COPIES of the solicitation will be mailed. Telephone requests will not be honored. All proposals must be received no later than 3:00 p.m. E.S.T. on June 13, 2002. Proposals may be submitted either via facsimile, email or U.S. mail. All offerors choosing to submit their proposals via facsimile may submit one copy to (617) 494-3024. Offerors choosing to submit their proposals via U.S. mail may send two copies to Diane E. McKenzie, C ontract Specialist, Volpe National Transportation Systems Center, 55 Broadway, Cambridge, Massachusetts 02142-1093. The following is notice for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short Terms Lending Program (STLP) offers working capital financing in the forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000. In addition, a short-term loan program is available to provide working capital at the prime interest rate. For further information regarding these programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169, http://osdbuweb.dot.gov. For information concerning this acquisit ion, contact the contracting official cited above.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00089198-W 20020608/020606213131 (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 |
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.