Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
SOLICITATION NOTICE

X -- Turn-Key Office Space Solution

Notice Date
1/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
532310 — General Rental Centers
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-05-R-CAO012
 
Response Due
2/2/2005
 
Archive Date
2/17/2005
 
Description
This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; proposals are being requested at this time and a written solicitation will not be issued. This solicitation, HSTS03-05-R-CA012 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Acquisition Management System, as adopted by TSA. This solicitation is unrestricted. The associated NAICS industry group code is 532310 ? GENERAL RENTAL CENTERS. THE LINE ITEMS ARE AS FOLLOW: CLIN 0001 ? Turn-Key Office Spaces (Atlanta), QTY= 40 EACH, CLIN 0002 ? Turn-Key Office Spaces (San Francisco), QTY= 40 EACH, CLIN 0003 ? Turn-Key Office Spaces (Dallas), QTY= 40 EACH, CLIN 0004 ? Turn-Key Office Spaces (Detroit), QTY= 40 EACH, CLIN 0005 ? Other Direct Costs, QTY= 1 LOT. TSA requires a ?turn-key? solution for temporary office spaces for TSA Mission Support Centers in four metropolitan cities across the United States. The Contractor shall provide services in accordance with the following Statement of Work: STATEMENT OF WORK FOR OFFICE SPACE FOR TSA MISSION SUPPORT CENTERS (MSC). Agency Address: Transportation Security Administration, Office of the Chief Administrative Officer, TSA-17, 601 South 12th Street, Arlington, VA 22202. Agency Mission: The Transportation Security Administration protects the nation?s transportations systems to ensure freedom of movement for people and commerce. PROJECT BACKGROUND: TSA has established Mission Support Centers in four (4) locations around the nation. The Mission Support Centers are located in the following metropolitan areas: Atlanta, San Francisco, Dallas, and Detroit. TSA requires Offerors to provide a ?turn-key? solution, whereas the contractor at each location provides all furniture, incidental equipment, and necessary office accommodations. Each of the four Mission Support Centers will have a staff of up to 40 employees. PROGRAM OBJECTIVES: The contractor shall have available the specified number of workstations beginning April 1, 2005, and the workstations should be available through March 31, 2008. The MSC will have use of support areas, including a reception area, a boardroom, copy room and break room areas located within the space provided by the contractor. The spaces should be available for use 24 hours a day, seven days a week. TSA RESERVES THE RIGHT TO PROVIDE SIXTY (60) CALENDAR DAYS NOTICE TO THE CONTRACTOR IN THE EVENT THAT TSA MUST VACATE THE OFFICE SPACE PRIOR TO THE END OF THE PERIOD OF PERFORMANCE. The contractor shall provide fully furnished, equipped and lockable office and team areas which present a professional, ergonomic, and functional working environment for the MSC. Specifically, the contractor shall provide the following: HVAC, along with lighting, electricity, all other applicable utilities, insurance of common areas, full-service maintenance of building and security systems. Daily cleaning of MSC office and common areas Monday through Friday. The MSC may perform security background checks for each member of the cleaning crew assigned to each floor, and the contractor will cooperate by providing to the MSC all information and documentation needed to accomplish the background checks. Unlimited exclusive use of a small conference room and unlimited use of a fully-equipped boardroom including flipcharts, TVs, VCRs, video conferencing equipment and overhead projectors at each location. One (1) dedicated fax line in a TSA office in each location. Additional lines can be installed at MSC?s request. Secured office space with keycard access. The contractor will provide security access cards (quantity to be determined by MSC management) and three (3) complete sets of office door keys. A Center Manager at each location who will have authority to field and address any concerns from TSA. Use of reception services and telephone answering services. Up to 3000 black and white photocopies per person, per month. Daily mail handling and delivery services. Standard set up of telephone handsets at the time of occupancy. The contractor will provide MSC management with monthly telephone call detail reports that present a summary of calls placed and received from each extension. One telephone handset, including two business lines and voicemail, for each MSC employee. The contractor shall provide the Nortel digital PBX system that features conference calling, digital internal and external transfer and speed dial, direct dial individual telephone numbers, or a system that is comparable to the above. The contractor will provide on-site maintenance, support and instant replacement services for telephone handsets. The use of CAT 5 voice cabling from the PBX or comparable to all workstations. The use of CAT 5 data cabling from the contractor?s communications room to the work/printer stations. Additionally, the contractor will provide additional CAT 5 data cabling connections for equipment such as printers and servers, in support of staffing workloads. On-site maintenance, support and instant replacement services for telephone handsets. Regular technology upgrades of hardware and software to ensure latest technology is always available. 24 hour/7 days a week message storage (voicemail box) with remote retrieval. The contract will permit TSA to run fiber and/or T1 telecommunications data lines into the contractor?s communication room. Additionally, TSA may install a router for T1s that will rack mount in the communications room, a switch for all staff and printers cables to terminate on, and the server and printers will each require a LAN jack that provides connection back to the communications room. TSA will agree to install these items at its own expense. The contractor will also permit TSA to set up a secure area to house its own IT equipment close to the contractor?s communication room. GOVERNMENT FURNISHED RESOURCES: The Government shall furnish TSA employees at the MSC with computers and all supporting IT equipment. TSA will be responsible for installation of computer/IT equipment at the MSC locations. PERIOD/LOCATION OF PERFORMANCE: The period of performance for this contract is one base year and two option years as follow: Base Year: April 1, 2005 through March 31, 2006. Option Year 1: April 1, 2006 through March 31, 2007. Option Year 2: April 1, 2007 through March 31, 2008. Office locations are in the following four (4) metropolitan areas: Atlanta, Dallas, Detroit, San Francisco. ADMINISTRATIVE CONSIDERATIONS: Contracting Officer, Michael Derrios,Office of Acquisition, TSA-25, Transportation Security Administration, 601 South 12th Street, Arlington, VA 22202, (571) 227-1573. Contracting Officer?s Representative (COR) Renita Kennedy, Office of Real Estate Services, TSA-17, Transportation Security Administration, 601 South 12th Street, Arlington, VA 22202, (571) 227-2051. OTHER DIRECT COSTS ? The contractor shall provide a pricelist for any incidental supplies, equipment and materials necessary to provide services to the TSA MSC. PROPOSAL INSTRUCTIONS: The Contractor shall submit proposals in two (2) Volumes: Vol I - Cost and Vol II ? Technical and Past Performance. The Contractor shall submit a cost proposal with fixed-prices per workspace (per month/location) for the base period of performance and all applicable other direct costs. In addition, offerors are permitted to suggest their own Contract Line Item Number (CLIN) structure. The Contractor shall also submit a cost proposal for two one (1) year option years to extend services beyond the base year period of performance and all applicable Other Direct Costs. Contractor must be able to provide additional workspace at any of the MSC locations within thirty (30) days upon written request by TSA. Contractor should address TSA?s responsibility in the event that the MSC does not occupy 40 workspaces, per month. Offerors shall offer the Government any favorable quantity breaks in the event that TSA requires additional workspaces beyond the specified 40 per month. The Contractor shall submit a technical proposal (limited to 25 pages on 8x11? paper) addressing the following: 1) Information about the proposed facilities, additional services, and specifications for proposed office spaces, 2) Information about the availability of the facilities for the dates required on the Statement of Work, and 3) Past Performance - The contractor must provide a minimum of three (3) references with a brief description of previous projects of similar size and complexity. ?Similar Size and Complexity? for the purpose of the evaluation means: similar in dollar amount and number of client/customer employees serviced. Please provide company names and a point of contact for each. The TSA may contact those references during the evaluation process to verify performance. Contractor should also provide dollar amount and length of the referenced projects. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number, b) Contract Description, c) Contract Amount and Type of Contract, d) Period of Performance, e) Name, address, e-mail address (If available), telephone number, and fax number of the customer (If a Government Contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project, g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contacts, e-mail addresses, and telephone and fax numbers are current. The Government will not make repeated effors to contact the references if the information is not correct. Contractor should also notify the references that their names have been submitted and that the TSA will be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and the duration of the project. TERMS AND CONDITIONS: TSAAMS 3.2.2.5-4 Contract Terms and Conditions-Commercial Items, TSAMS 3.9.1-1 Contract Disputes, TSAAMS 3.3.1-25 Mandatory Information for Electronic Funds Transfer (EFT) Payment - Central Contractor Registration (CCR), TSAAMS 3.2.2.5-3, Offeror Representations and Certifications-Commercial Items, TSAAMS 3.3.1-17 Prompt Payment, TSAAMS 3.9.1_3 Protest, TSAAMS 3.9.1-2 Protest After Award, and TSAAMS 3.2.4-34 Option to Extend Services apply to this solicitation. These clauses must be requested in writing via e-mail before submitting a price and technical proposal. Contractors must request and receive this information to be eligible for award. *****THE GOVERNMENT RESERVES THE RIGHT TO ISSUE MULTIPLE AWARDS UNDER THIS SOLICITATION. FOR AN ELECTRONIC COPY OF THE PROVISIONS AND CLAUSES IN FULL-TEXT PLEASE CONTACT KARLA GUZMAN IN WRITING AT KARLA.GUZMAN@DHS.GOV ***** This effort shall result in a firm-fixed price (FPP) contract for services. Proposals will be evaluated on best-value basis according to the following evaluation criteria: Technical Approach ? 1) Ability to Meet Contract Requirements. The contractor?s proposal must document how the proposed facilities meet or exceed all of the requirements as described in the SOW. 2) Availability - The facilities proposed must be available for occupancy and immediate operation as described in the RFP. Past Performance - The contractor must provide a minimum of three (3) examples (Company names and a point of contact for each) demonstrating their ability to meet similar requirements. Offers are due by close of business (5:00 p.m. eastern time) on February 2, 2005. Contractors should mail proposals to the following address: Transportation Security Administration, ATTN: Karla Guzman, TSA-25, 701 S 12th Street, Arlington, VA 22202. Due to the recent incidents with incoming mail to US Government facilities, mail has been delayed or stopped in some cases. If your company decides not to submit quotations electronically via e-mail, it is recommended that contractor allows extra time to deliver mail or check with the contract specialist to make certain mail has been received. Also contractor should ensure that any commercial delivery service or company employee have appropriate identification, and allow extra time for any hand carried deliveries. Prospective Offerors should be aware that the TSA building is a secure facility. All visitors must enter at the Visitor?s Entrance located in the East Tower at 601 South 12th Street. Visitors will be required to walk through a metal detector, have all belongings screened by an x-ray system, show valid picture identification, and sign the visitor?s log. QUOTES MUST BE RECEIVED BY THE CONTRACT SPECIALIST, NO LATER THAN THE EXACT TIME SPECIFIED TO BE CONSIDERED FOR AWARD. ELECTRONIC PROPOSALS WILL BE ACCEPTED VIA E-MAIL AT E-MAIL ADDRESS LISTED BELOW. QUESTIONS WILL NOT BE ACCEPTED AFTER CLOSE OF BUSINESS (5:00 P.M. EASTERN TIME) ON JANUARY 25, 2005. ALL QUESTIONS MUST BE REQUESTED, IN WRITING, BY CONTACTING KARLA GUZMAN, CONTRACT SPECIALIST, AT KARLA.GUZMAN@DHS.GOV. PLEASE CONTACT KARLA GUZMAN AT 571-227-3203 FOR ANY ADDITIONAL INFORMATION REGARDING THIS SYNOPSIS/SOLICITATION.
 
Place of Performance
Address: ATLANTA, GA. SAN FRANCISCO, CA. DETROIT, MI. DALLAS, TX.
Zip Code: VARIOUS
Country: USA
 
Record
SN00733421-W 20050114/050112211513 (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.