Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2008 FBO #2388
SOLICITATION NOTICE

X -- Furnished Apartments and Dwellings

Notice Date
6/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Georgia, USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM08R0018
 
Response Due
7/8/2008
 
Archive Date
9/6/2008
 
Point of Contact
Oliver Gills, 678-569-6206
 
Small Business Set-Aside
N/A
 
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. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation, effective 1 January 2008, the NAICS code is 531110 and the small business size standard is $6,000,000.00. Description of requirement: The Georgia National Guard requires furnished apartments/dwellings in the Augusta (Fort Gordon area), Georgia. Performance Requirement: Contractor will provide a quantity of (2) - fully furnished one bedroom apartments/dwellings and; a quantity of (4) - fully furnished two bedroom apartments/dwellings with all utilities provided for all six apartments. Please note it is desired that each apartment have a washer and dryer, queen size beds, full basic cable, local phone service and internet connections. The apartments will be utilized by full time support personnel working in Augusta, Georgia area. The performance period will be one year from on or about August 1, 2008 through Ju1y 31, 2009, with two additional option years. Performance Standards: Dwelling will be available for occupancy by the beginning of the performance period; resident complaints concerning utilities, property condition, furnishings, etc. should not be more frequent than one per month. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. FAR provision at 52.212-2, Evaluation Commercial Items, is not applicable. Award will be made based on the offer representing a best value to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP) under FAR Subpart 13.5Test Program for Certain Commercial Items. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will consider the following for award: 1. price (broken down into monthly charges per apartment/dwelling based on a one-year period of performance) including early termination charges. Offerors must include all terms for early termination per apartment/dwelling and terms for adding apartments/dwellings; 2. Proposed property (location, condition, crime rate of area) acceptability is subject to the determination of the Contracting Officer; 3. Furnishings and utilities package ((furniture, kitchenware, cable tv, etc., including any limitations on utilities beyond which the government will be liable for expense (for example cap on electricity at $xxx/month)). The Government may, throughout the performance period as circumstances warrant, change the number of apartments up or down as needed. The following clauses and provisions apply to this acquisition: FAR 52.204-1 Approval of Contract (by local legal advisor); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following applicable clauses in paragraph (b) FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.232-36 Payment by Third Party, 52.222-41 -- Service Contract Act of 1965, as Amended, 52.222-42 -- Statement of Equivalent Rates for Federal Hires (see www.wdol.gov for wage determinations); 52.217-5 -- Evaluation of Options; 52.217-9 -- Option to Extend the Term of the Contract (not to exceed two years); FAR 52.219-9 Total Small Business Set Aside; 52.2 46-4 -- Inspection of Services -- Fixed-Price; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; 252.201-7000 Contracting Officer's Representative; 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.2 04-7004 Required Central Contractor Registration; 252.243-7002 Requests for Equitable Adjustment. Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. One price for each CLIN (base year and option years as well as a statement addressing early termination charges and additions; 2. Proposed property information (Note- Offerors: you may propose multiple properties) 3. Furnishing and utilities package including statement of any limitations on utilities 4. A completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items OR statement of completed Online Representation and Certifications Application (ORCA) at www.bpn.gov and completed copy of provision at DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. Additional Information for Offerors: The Government prefers the use of the following complexes, but will consider alternate complexes in the same area: Walden Glen Apartments - EVANS (Columbia County), Saint Andrews and Century Hills Apartments - AUGUSTA (Richmond County). Note: It is the responsibility of the interested parties to review this site frequently for any updates / amendments to any and all documents. Vendors may obtain copies of the solicitation document for this requirement at www.nationalguardcontracting.org. No individual notification of any amendments will be provided, please be sure to monitor the National Guard Contracting website previously mentioned for changes and updates. All questions must be addressed to the Contracting Officer in writing. Offers are due 8 July 2008, 5:00 PM EST. Oral quotations will not be accepted. All firms must be registered in the Central Contractor Registration database at www.ccr.gov and shall be considered for award. All responsible proposals will be considered. All proposals must be sent to Regina Singleton via fax, email or US Postal Service: Fax 678-569-6208; e-mail reginafrank-singleton@ga.ngb.army.mil; or mail directly to 935 East Confederate Ave., Atlanta, GA 30316. Quotes are required to be received no later than 8 July 2008, 5:00 PM EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=551b999f45fc84af9d239b249574f829&tab=core&_cview=1)
 
Record
SN01589069-W 20080610/080608213058-551b999f45fc84af9d239b249574f829 (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.