SOLICITATION NOTICE
X -- Corporate Housing for Community Based Health Care Organization (CBHCO)
- Notice Date
- 11/30/2005
- Notice Type
- Solicitation Notice
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-06-T-0002
- Response Due
- 12/13/2005
- Archive Date
- 2/11/2006
- Small Business Set-Aside
- N/A
- Description
- (I) This is an unrestricted, combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) W912SV-06-T-0002 is being issued as a Request for Quotation. (III) This procurement is SUBJECT TO THE AVAILABILITY OF FUNDS. (IV) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-06, Effective 30 Sep 2005. (V) The associated NAICS code is 531110 Lessors of Residential Buildings and Dwellings, with a standard size of $6M. (VI) COMMERCIA L ITEM DESCRIPTION: The United States Property and Fiscal Office is soliciting corporate apartment leasing within a 10-mile radius of Hanscom Air Force Base, Massachusetts, to initially lodge approximately 23 military personnel as defined in the Statement of Work (SOW), at a monthly rate. L/I 0001- 1 One-Bedroom Occupancy x 1 Month $________ (estimated 9 one-bedroom) L/I 0002 - 1 Two-Bedroom Occupancy x 1 Month $_______ (estimated 7 two-bedroom) (VII) Quantities: the required quantities are not known at this time. Therefore, minimum-maximum quantities are estimates based on actual history and/or anticipated requirements. The quantities may fluctuate up or down for each subsequent delivery order. The minimum order is one (1) month, one (1) bedroom; the maximum order is 12 months, 12 one-bedroom and 12 two-bedroom for one year with 15-day cancellation without penalty. The guaranteed minimum value of this contract is one month of accommodations for 9 one-bedroom and 7 two-bedroom apartments. The Governmen t only has an obligation to issue one or more orders for the total MINIMUM value during the Basic Contract Period. The Government anticipates awarding an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for this procurement. Delivery Orders will be Firm Fixed Price (FFP). Basic Contract Period will be on or about 1 January 2006 to 30 September 2006, with two (2) Option Periods, 1 October 2006 to 30 September 2007, 1 October 2007 to 30 September 2008. Accommodations must be as stated in SOW. Offeror s must quote for the Basic period and each option period a fixed monthly rate for the lodging of personnel. In addition, the lodging facility must have the capability to house all personnel, shown in the initial estimates above, at one facility. (VIII) Go vernment will not be made to sign a lease. (IX) Offerors are encouraged to clearly identify any additional services/amenities offered in addition to the minimum requirements listed in the Statement of Work. (X) Offerors shall provide as a response to the s olicitation: (1) Price schedule to include all amenities offered; (2) Proposed layout of the facility and room design; (3) A list of at least three references; (4) CAGE Code; (5) Completed FAR Clause 52.212-3 ALT 1, Offerors Representations and Certificati ons--Commercial Items. The following FAR Clause is incorporated by full text. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2005) (DEVIATION) (a) Comptroller General Examination of Rec ord. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Ne gotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the re cords relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require t he Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not requ ired to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Util ization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construct ion of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Vete rans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Un ion Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Priv ately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause). (XI) The Government anticipates awarding an indefinite-delivery indefinite-quantity contract resulting from this solicitation, to the responsi ble offeror whose offer conforming to the solicitation will be the best value to the Government. (XII) The Government reserves the right to make multiple awards in the event that no single offeror can meet the single facility requirement in section VII abo ve. (XIII)The following provision is incorporated by full text: FAR 52.233-2 Service of Protest (Aug. 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protes ts that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from CW3 Thomas R. Lamont, Contracting Officer, USPFO-MA (P&C), 50 Maple Street, Milford, MA 01757. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) (XIV) FAR 52.216-22, Indefinite Quantity, Insert is as follows: after 30 September 2008; (XV) FAR 52.216-18, Ordering, (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery or orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1January 2006 through 30 September 2008 (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of a conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task is considered issued: when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, o r by electronic commerce methods only if authorized in the schedule; (These methods of distribution of orders are hereby authorized) (XVI) 52.216-19, Order Limitations; (a) Minimum order: When the Government requires supplies or services covered by this c ontract in an amount of less than one month, one unit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract, (b) Maximum order: The Contractor is not obligated to honor (1) Any order for a single item in excess of 12 months for 24 units (d) Notwithstanding paragraphs (b) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not honor and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. This is not a requirement s contract.; 52.217-9, Option to Extend the Term of the Contract, (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the option start date; provided, that the Government gives the Contractor a pre liminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause ( c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years, 9 months. (XVII) In addition to aforementioned provisions and clauses, the following provisions and clauses are incorporated by refer ence as annotated: 52.204-7 Central Contractor Registration, 52.212-1 Instructions to OfferorsCommercial Items, 52.212-2 Evaluation Commercial Items is applicable to the solicitation and blanks in (a) are completed as follows: past performance, price, a menities, condition of facilities, and proximity to Hanscom Air Force Base will be the factors used in the evaluation process for this purchase. Past performance, amenities, facilities condition and proximity are approximately equal and when combined are m ore important evaluation factors than price alone. 52.212-3 Alt1 Offeror Representations and CertificationsCommercial Items, 52.212-4 Contract Terms and ConditionsCommercial Items (Sept 2005) Paragraph (i) of FAR 52.212-4 is added to read: Payment will be made on a monthly basis. 52.217-5, Evaluation of Options, 52.219-8, Utilization of Small Business Concerns; 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-37, Employment Reports On Spec ial Disabled Veterans; 52.222-3, Convict Labor; 52.232-19 Availability of Funds for the Next Fiscal Year ( fill-in; 30 Sep 2006) ; 52.233-2, Service of Protest; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 333 2); 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Off icer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.252-6 , Authorized Deviations in Clauses; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005), DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7000, Offer representations and Certifications-Commercial Items (Posted at website); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executiv e Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; (XVIII) All informat ion relating to this solicitation, including bid schedule, special notes, pertinent SOW, changes/amendments, questions and answers, will be posted on the following website: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp). Formal c ommunications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the National Guard Contracting web site. They will be contained in the plans section in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted below not later than 11:00 A.M. eastern standard time, 8 December 2005. Terms of th e solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due to the USPFO for Massachusetts, Purchasing & Contracting, 50 Maple Street, Milford, MA 01757 by 2:00 p.m. eastern standard time on 13 December 2005. E-mail quotes will be accepted at P&C@MA.NGB.ARMY.MIL . No FAX quotes will be accepted. Point of Contact is SSG Richard I. George (508) 233-6664.
- Place of Performance
- Address: 10 Mile Radius of Hanscom AFB 55 Grenier Street Hanscom AFB MA
- Zip Code: 01731
- Country: US
- Zip Code: 01731
- Record
- SN00942236-W 20051202/051130211936 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |