Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

X -- Contractor shall provide temporary lodging for approximately 120 soldiers who are being transferred from Fort Hood, Texas to Fort Chaffee, Arkansas in support of the 2nd Brigade, 75th Division realignment.

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-06-R-0006
 
Response Due
11/8/2005
 
Archive Date
1/7/2006
 
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 Army Contracting Agency, Southern Region Contracting Center, West (SRCC-W) has a requirement for lodging personnel in Fort Smith, Arkansas. This procurement will be a small business set-aside, conducted under the provisions of FAR Part 12 Commercial I tems and FAR Part 13 Simplified Acquisition Procedures (SAP). The government may make multiple awards and each award shall be based on a best value determination. The prospective contractor shall be registered in the Central Contractor Registration (if n ot currently registered, please contact the government point of contact listed below for assistance). Statement of Work: Contractor shall provide temporary lodging for approximately 120 personnel. Due to the number of older apartment communities in the City of Fort Smith, Arkansas, housing options shall not only consist of one, two and three-bedroom apar tments but shall also consist of duplexes, lofts and town homes. As such, utilities and yard service, where applicable, will be the responsibility of the Contractor. Furthermore, no double occupancy shall be authorized and there shall be no smoking or no n-smoking preferences. Finally, Government will not accept units where rental is based on income levels and/or where Government and State assistance is available. First day of Lodging for most of the 120 personnel is required on Monday, November 14, 2005. Remaining personnel will be housed by 1 January 2006. Personnel arriving on 14 November 2005 are tentatively scheduled to remain for a period of 180 days, unles s period of performance is extended. Sergeant First Class (SFC) Lawrence Knotts is designated as the point of contact (POC). SFC Knotts, or his designated alternate, will coordinate initial move-ins and all subsequent move-ins, move-outs or transfers. Contractor must represent the government in all capacities. This will be necessary as the personnel move-in, transfer and move-out. Contractor will be notified at least 30-days in advance of any personnel vacating a unit. SFC Knotts or his designated of ficial will furnish a Warning Order containing the Brigade Commander's signature on Department of Army letterhead and may be faxed or emailed. Contractor shall also be on-site on the 14th of November in order to coordinate move-ins beginning at 12:00 noon and must be on-site within twenty-fours when notified of the move-ins thereafter until the 1st of January 2006. Thereafter, Contractor and SFC Knotts will coordinate on-site visits on an as needed basis. Minimum Qualifications: The following are the minimum qualifications required in order to provide the services needed: - Lodging will be fully furnished. Each unit shall contain a refrigerator, oven, microwave, washer, dryer, telephone to include free local calling and free long distance, color television, extended cable television services, bed, linen, curtains, dishware , toiletries and decorative items. Units equipped with a modem, when available, will allow for high-speed Internet access but will be paid for by the government employee. - Unit properties must be within a twenty-five miles radius of Fort Chaffee. - Twenty-four hour maintenance that responds to inquiries after normal business hours regarding problems pertaining to air conditioning, plumbing, etcetera. Lodging Qualifications: Units proposed must be reasonably maintained in that communities proposed will be physically inspected by SFC Knotts. Not only will SFC Knotts view the properties externally, he will view a fully furnished unit representative of h ow all units will be furnished. Internal viewings will be scheduled on November 9, 2005 and will be coordinated between Offerors and SFC Knotts. - Contractor is expected to submit in detail its ability and capability to house 120 personnel at time of proposal offering. While it is known that not all move-in will be on November 14, proposal must submit in detail a chart listing by properties and ro om availability its plan for accommodating all 120 move-ins. - The Contractor shall furnish a backup/substitute plan detailing the procedures addressing site selection, future arrivals and any possible increased requirements to the Contracting Officer at time of proposal offering. - The Contractor shall develop and implement a proactive, not reactive program management plan, describing the policies, methods and procedures to be used to carry out the program management responsibilities. This plan shall be submitted to the Contractin g Officer at time of proposal offering and shall become a compliance document subsequent to review and approval of the Contracting Officer. The PMP shall include, as a minimum, a description of general support services to be provided by the contractor's c orporate offices. - Internal viewing of units not fully furnished and/or failure to submit information detailed herein will be utilized in determining whether the proposal is accepted or rejected. Period of Performance: 14 November 2005 through 01 May 2006. Government may require that services be extended and shall notify the Contractor in accordance with the contract. Proposals: Offerors shall provide proposals with a complete description in sufficient detail to demonstrate their ability to provide. There is no prescribed proposal format, however proposals must, at a minimum, address price, quantity of units available , location and proximity to Fort Chaffee, and amenities provided. In addition, a completed FAR 52.212-3, Offeror Representations and Certifications  Commercial Items shall be submitted with proposal. Written proposals shall be submitted via email or fax to the government point of contact listed below and are due no later than 12:00 Noon CDST, 8 November 2005. Oral responses shall not be accepted. The bid schedule follows  ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AA One Bedroom 180 Day ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AB Two Bedroom 180 Day ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AC Three Bedroom 180 Day ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AD Duplex 180 Day ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AE Loft 180 Day ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001AF Town House 180 Day Evaluation: The government will award a contract(s) resulting from this combined synopsis/solicitation to the responsible offeror(s) whose offer(s) will be most advantageous to the government, price and other factors considered. The following factors wil l be used to evaluate offers: A- Price/rate for each unit, to include the quantity of units available, (B) Location, and (C) Amenities. Factors A and B are equal in importance. Factor C is less important than A and B. Selection will be based on best val ue to the government, price and other non cost factors considered. Amenities, Factor C, will include those services provided which enhance the persons quality of life, i.e. high-speed Internet access, gym/weightroom facility, on-site laundry facilities, twenty-four hour maintenance, etcetera. In the event numerous offers are received in response to this solicitation, the government reserves the right to down select to a manageable number (2-3) based on initial screening of the quotes received. Award wil l be made on or about 10 November 2005. Clauses (the following clauses apply to this requirement): FAR 52.212-1 Instru ctions to Offeror  Commercial Items FAR 52.212-2 Evaluation  Commercial Items FAR 52.212-3 Offeror Representations and Certifications  Commercial Items FAR 52.212-4 Contract Terms and Conditions, Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or -Executive Order  Commercial Items, FAR 52.217-8 Option to Extend Services Copies of these provisions can be requested by the government point of contact (below). Government Point of Contact: Osvaldo C. Vela, Contract Specialist, Army Contracting Agency (Mission Division), 2107 17th Street, Building 4197, Suite 15, Fort Sam Houston, TX 78234-5015, Phone: 210/221-3716, Fax: 221-4452 osvaldo.vela@samhouston.army.mil
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00927091-W 20051106/051104212759 (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.