SOLICITATION NOTICE
X -- JSOFSEA Corporate Housing - Statment of Requirements/ Evaluation Format
- Notice Date
- 4/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VUJU1068AA01
- Archive Date
- 5/20/2011
- Point of Contact
- Melissa A Robertson, Phone: 813-828-6570, Alyson Gowin, Phone: 813-828-1872
- E-Mail Address
-
melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil
(melissa.robertson.3@us.af.mil, alyson.gowin@macdill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Format, JSOFSEA housing Statment of Requirements, JSOFSEA housing This is a combined synopsis/solicitation for a commercial product 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUJU1068AA01. This acquisition is set aside for 100% small business competition. The 6th Contracting Office is soliciting a requirement for Corporate Housing for United States Special Operation Command (US SOCOM) personnel at MacDill AFB, Tampa Fl. The procurement is a competitive 100% Small Business set aside and a Blanket Purchase Agreement will result from this solicitation. The Government will award as many blanket purchase agreements as needed to fulfill the Governments requirement; two are anticipated. DESCRIPTION OF REQUIREMENT GENERAL REQUIREMENTS: See attached for the Statement of Requirements. Contractor must be able to meet all specified requirements. Proposal should thoroughly describe how you will meet all the needs to this requirement. CLIN 0001 - JSOUSEA student corporate housing. POP 12 Jul 2011 to 14 Sep 2011. CLIN 000101 - Price per day for one bedroom housing CLIN 000102 - Price per day for two bedroom housing CLIN 0002 -JSOUSEA student corporate housing. POP 10 Oct 2011 to 15 Dec 2011. CLIN 000201 - Price per day for one bedroom housing CLIN 000202 - Price per day for two bedroom housing CLIN 0003 -JSOUSEA student corporate housing. POP 16 Jan 2012 to 19 Mar 2012. CLIN 000301 - Price per day for one bedroom housing CLIN 000302 - Price per day for two bedroom housing CLIN 0004 JSOUSEA student corporate housing. POP 1 July 2012 to 30 Jun 2013. CLIN 000401 - Price per day for one bedroom housing CLIN 000402 - Price per day for two bedroom housing CLIN 0005 -JSOUSEA student corporate housing. POP 1 July 2013 to 30 Jun 2014. CLIN 000501 - Price per day for one bedroom housing CLIN 000502 - Price per day for two bedroom housing CLIN 0006 -JSOUSEA student corporate housing. POP 1 July 2014 to 30 Jun 2015. CLIN 000601 - Price per day for one bedroom housing CLIN 000602 - Price per day for two bedroom housing *Please note that a call will be made for each class session. Awardees will be notified 30 days prior to the start of the call to seek availability information for requested dates if possible. *With your proposal, please provide availability information along with what combination of units are available for the first set of dates (12 Jul 11 to 14 Sep 11). The first call will be made immediately following award of the BPA. *CLINs 0004, 0005 and 0006 class dates are still to be determined. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 effective 15 Apr 2011, DFAR DCN 20110331 effective 31 March 2011 and AFFAR AFAC 2011-0214 effective 14 February 2011. The North American Industry Classification System code (NAICS) 531110, Lessors of Residential Buildings and Dwellings. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. PART I - PRICE PROPOSAL: (a) Provide proposed DAILY rates. The proposal(s) must be submitted for a base year plus three (3) Option Years. When submitting pricing for the daily rates for single or two bedroom lodging, the contractor must not exceed lodging rates established by the Department of Defense (DOD) Per Diem, Travel and Transportation Allowance Committee. Offers that exceed the Joint Travel Regulation per diem rate for MacDill AFB will not be considered for award. 2. PART II - PAST PERFORMANCE INFORMATION - (a) Only relevant references for same or similar type contracts are desired. Submit three (3) recent (within the last 3 years) past performance references. (b) In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems. 3. Part III - REQUIREMENT CAPABILITY (a) Contractor shall submit a listing of the amenities that will be available to the corporate housing tenants. Contractor shall specify the distance of the lodging location from MacDill AFB, Fl. Please list the total amount of apartments that will be available to the Government. In addition to the availability and amenities listing please submit brochures, and pictures that illustrate the facilities on the housing property. (b) Completed Representations and Certifications, as required in FAR 52.212-3 (accessible at The Air Force FAR Site, http://farsite.hill.af.mil). Providing current ORCA certification fulfills the representation and certification requirement. Technical and past performance, when combined, is approximately equal to price when being evaluated. *See attached excel worksheet for what we will be using when evaluating proposals. This lists the factors that we will be using. Past Performance and Requirement Capability will be on a pass/ fail basis. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reports on Subcontracting, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.219-28, Small Business Representations, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, 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 Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 (Alt 1) Required Central Contractor Registration; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Request for Equitable Adjustment, DFARS 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 5 May 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Melissa Robertson 6 CONS/LGCB by email to melissa.robertson@macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJU1068AA01/listing.html)
- Place of Performance
- Address: US SOCOM, MacDill AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02429229-W 20110422/110420235323-117960e832f50a0ea77b2b43a777a7cc (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 |