Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2007 FBO #1927
SOLICITATION NOTICE

X -- TEMPORARY HOUSING FOR LA-RFO/CT EMPLOYEES

Notice Date
3/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
531110 — Lessors of Residential Buildings and Dwellings
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-07-T-0068
 
Response Due
3/8/2007
 
Archive Date
5/7/2007
 
Small Business Set-Aside
N/A
 
Description
THE POINT OF CONTACT FOR THIS ACTION IS JON TUDOR AT 504-681-2300 OR EMAIL JON.P.TUDOR@USACE.ARMY.MIL. This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6, as supplemented with additiona l information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. W912P8-07-T-0068 is the Request for Quotation (RFQ) number to reference in any respo nse to this notice. The NAICS code is 531110 and the small business size standard is $6.5 million. Attached below is the Scope of Work and requirements for this solicitation. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items.. The clause at 52.212-2, Evaluation Commercial Items. Quotes will be evaluated and awarded to the offeror that offers the best value to the Government. The provision at FAR 52.212-3, Offeror R epresentations and Certifications -- Commercial Items applies and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Condit ions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Pa yment by Electronic Funds-Central Contractor Registration; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, and DFARS 252.232-7010, Levies on Contract Payments. The above provisions and clauses can be found at http://farsite.hill.af.mil. This announcement will close and quotes are due by 3:00 PM (CST) 8 March 2007. Signed and dated offers, to include a complete listing of all items, must be submitted to LA-RFO/CT, 525 St. Charles Ave., New Orleans LA 70130 Attn: Jon Tudor. Offers may be submitted via mail, facsimile, or e-mail. POC: Jon Tudor at 504-681-2300, fax 5 04-681-2411, or e-mail (preferred) Jon.P.Tudor@usace.army.mil. Contracting Officer: Gary Wondero at 504-681-2301 or e-mail Gary.N.Wondero@usace.army.mil. * * * PERFORMANCE WORK STATEMENT for Temporary Housing for LA-RFO/CT Employees LA-RFO is the field office of the Corps of Engineers responsible for overseeing the recovery efforts in southern Louisiana required as a result of Hurricanes Katrina and Rita. Personnel are intermittently assigned from Corps district offices from around t he world and require temporary housing for various lengths of time. The Contractor shall lease/rent space to the Government to house employees. Two units are required. The location must be within a six-block radius of 525 St. Charles Ave in New Orleans. Each unit must meet the following requirements (marked minimal and desired): One bedroom/one bathroom, fully furnished (minimal); fully furnished kitchen in unit (desired); washer/dryer on site (minimal), in unit (desired); parking on-site; utilities provided to include electric/gas, water, trash services, cable televisio n (basic package)(minimal); Internet connectivity (desired); security services on-site (desired); housekeeping services, once per week (desired). The Period of Performance shall be from Date of Award through 30 September 2007 with an option to extend for a total duration of one year from date of award. Units must be made available as follows: 1st unit  15 March 2007; 2nd unit  1 April 2007, however all offers will be evaluated if these availability dates cannot be met. An option for additional units is included. Contractors must be registered in the Central Contractor Registration (CCR) database to receive an award. Registration can be completed at http://www.ccr.gov.
 
Place of Performance
Address: Local Hotel or Apartment Within six (6) block radius of 525 St. Charles Avenue New Orleans LA
Zip Code: 70130
Country: US
 
Record
SN01243982-W 20070307/070305220817 (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 |
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.