SOLICITATION NOTICE
V -- Libby Asbestos Removal Project - Temporary Housing
- Notice Date
- 2/23/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-05-R-20001
- Response Due
- 3/1/2005
- Archive Date
- 6/1/2005
- Description
- NA This is a combined synopsis/solicitation for a total HUBZone Set-Aside for Small Business in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.603(c) through Federal Acquisition Circular (FAC) 2001-27. This requirement will be conducted using Commercial Items and competitive HUBZone Procedures in FAR Part 12, 15, and 19. The NAICS Code is 721110 and the Small Business Size standard is no more than 6.0 million dollars. This is a notice for competitive proposals. This announcement constitutes the only solicitation; a written solicitation will not be issued. Proposals (RFP # DTRT57-05-R-20001) are being requested. The Volpe National Transportation Systems Center (Volpe Center) is providing environmental engineering and remediation support to Region 8 of the Environmental Protection Agency (EPA). This includes providing environmental investigation and clean-up support for residential properties and other impacted areas contaminated with asbestos located in Libby, Montana. Residents who are having vermiculite-containing insulation (VCI) removed and/or interior dust cleaned from their residences are a part of the Libby Asbestos Removal Project. As such, residents would be relocated to a temporary lodging facility within the city limits of Libby, MT for a minimum of three days to a maximum of three weeks dependent upon the amount of asbestos in their residence. Relocations would start in approximately March 2005 and will continue through December 2006. Requirements for the vendor include having at least twenty-five (25) rooms in their facil ity. The Government will notify the vendor at least 24 hours before the actual number of rooms are required. The vendor must meet the Government standards for temporary housing, which includes having a AAA approval rating of two diamonds and Replacement Housing Standards (Decent, Safe and Sanitary Standards). A full description of these standards can be read at http://www.fhwa.dot.gov/realestate/lpaguide/ch7.htm. The Government reserves the right to order more and/or less of any items at the unit price quoted for that quantity. The Government will only pay for actual quantities ordered. The quantities stated herein shall not be or provide any basis for a claim against the Government. Any order in excess of the stated quantities, after adjustment as provided herein, shall constitute a change in accordance with FAR Clause 52.243-1 Changes-Fixed-Price (AUG 1987). The Government contemplates awarding a Firm-Fixed Price contract for: CLIN 0001: A Firm-Fixed Price contract for up to 2,944 temporary lodging rooms; not separately priced. The Offeror shall provide separate Firm-Fixed prices for the following: CLIN 0001AA: One (1) person, one (1) bed seasonal rate. CLIN 0001AB: One (1) person, one (1) bed off-season rate. CLIN 0001AC: Two (2) people, one (1) bed seasonal rate. CLIN 0001AD: Two (2) people, one (1) bed off-season rate. CLIN 0001AE: Two (2) people, two (2) beds seasonal rate. CLIN 0001AF: Two (2) people, two (2) beds off-season rate. CLIN 0001AG: Three (3) or more people, two (2) beds seasonal rate. CLIN 0001AH: Three (3) or more people, two (2) beds off- season rate. When submitting a price proposal, the Offeror must identify seasonal and off-season months and rates. The Government contemplates making two awards, but reserves the right to make one award or more than two awards. Please provide a proposal for the work as described to: US Department of Transportation, Volpe Center; 55 Broadway, Kendall Square; Cambridge, MA 02142; Fax number: (617) 494-3024, Attn: Lana Salvidio or via e-mail at Lana.Salvidio@volpe.dot.gov. All proposals are due no later than 4:30PM EST on March 1, 2005. Electronic or facsimile proposals will be accepted. The original, signed RFP is due no later than three (3) business days after the closing date for proposals. If an original, signed RFP is not received within three (3) business day, the proposal will be deemed as non-responsive. All proposals should be marked with the solicitation number, due date and time. To be eligible to receive an award resulting from this combined synopsis/solicitation, contractors must be registered in the Central Contractor Registration (CCR) database. NO EXCEPTIONS. To register for CCR, go to http://www.ccr.gov. FAR Clauses 52.202-1 Definitions (JUL 2004), 52.203-5 Covenant Against Contingent Fees (APR 1984), and 52.212-1 Instructions to Offerors?Commercial Items (JAN 2005) are hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3: Offeror Representations and Certifications?Commercial Items (JAN 2005) submitted with their offer. FAR Clauses 52.212-4 Contract Terms and Conditions?Commercial Items (OCT 2003) and 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (JAN 2005) are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.219-3, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33, and 52.233-4. The proposal will be evaluated on price only. FAR Clause 52.233-2 Service of Protest (AUG 1996) states: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgme nt of receipt from Orin D. Cook at US Dept of Transportation; 55 Broadway Kendall Square; Cambridge, MA 02142. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following is notice for informational purposed for Minority, Women-Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form 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 as 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 or visit their website at http://isdbuweb.dot.gov. For information concerning this solicitation, contact Lana Salvidio at (617) 494-2047.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN00756693-W 20050225/050223212120 (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 |