SOLICITATION NOTICE
X -- The National Park Service (NPS) has a requirement to issue two (2) five (5) year Blanket Purchase Agreements (BPA) to provide long term housing for NPS employees throughout the United States of America (USA).
- Notice Date
- 1/6/2012
- Notice Type
- Presolicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- P12PS21204
- Response Due
- 3/5/2012
- Archive Date
- 1/5/2013
- Point of Contact
- Heather N. Madsen Contract Specialist 3039876718 heather_madsen@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service (NPS) has a requirement to issue two (2) five (5) year Blanket Purchase Agreements (BPA) to provide long term housing for NPS employees throughout the United States of America (USA). This BPA will cover all locations nationwide, but are mainly in the Washington DC area. All orders placed against this BPA are subject to the terms and conditions of the successful offeror's GSA Schedule contract as well as in accordance with the following: 1.0 TASKS 1.1Lodging Accommodations Lease of apartments shall include weekly housekeeping services, high speed internet connection, basic cable service and local telephone service. It is to be a fully furnished unit with heat and air conditioning, color television, ensuite bathroom and shower, an operational kitchen or kitchenette including refrigerator, stove, dishwasher, microwave, and sink with disposal, dinnerware, drink ware, cookware, flatware, cutlery and utensils. A washer and drier are preferred in the unit but must be located in the facility. If the facility is over two stories an elevator must be available. There shall be handicapped accessibility units available in the building. 1.2Site Location 1.2.1 The building shall have controlled access and be located in a neighborhood with a very low crime rate. There shall be access to public transportation (preferably Metro), grocery stores and restaurants within a half mile of the building. The facility is to be located within a 10 mile radius of National Park Service offices located at 1849 C Street, NW, Washington, DC 20040, (unless a different location is specified in the individual Task Orders). No less than thirty (15) days notice is required to vacate the unit if vacating prior to contracted lease end date. 1.2.2 The Contractor's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. 1.2.3 The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). 1.2.4 Preference will be given to facilities on the basis of cleanliness, convenience, amenities, size and layout of unit, and recent date of construction or renovation. Preference will also be given to facilities with exercise facilities on site or available to residents. Availability of on site or nearby parking will be taken into consideration and may be occasionally required. 1.3Lodging Pricing Accommodations shall be offered at or below the current Federal Government Travel Regulations (FTR) per diem lodging rates for accommodations rented at the time the NPS staff begins their stay at the contracted location. 1.4AvailabilityOfferor's shall have the ability to provide lodging with 72 hours notice. 2.0 Security Requirements The contractor shall be responsible for handling information in a safe and secure manner including maintaining proper handling procedures including post performance provisions restricting divulging sensitive/secure information.Contractor personnel shall observe all internal and Privacy Act regulations which apply to this requirement, the agency, and the Government. Privacy Act of 1974Uniform Security Regulation, dated September 1985 The Contractor shall safeguard all Government-owned equipment and materials in the Contractor's possession 3.0 Quality Assurance Surveillance Plan According to the Inspection of Services clause, Federal Acquisition Regulation (FAR) 52.246-4, dated Aug 1996, the Government will evaluate the Contractor's performance under this contract. 4.0 Period of Performance The resulting period of performance shall consist of a consecutive five (5) year base period of with the option to extend the performance period for an additional six (6) months should the government recognize the need. Said contract shall not exceed a total of five (5) years and six (6) months. 5.0 NPS Points of Contact Contracting Specialist:Heather MadsenPhone: 303-969-2363Fax: 303-969-2402Email: Heather_Madsen@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21204/listing.html)
- Place of Performance
- Address: USA Wide, primarily Washington DC, 20240
- Zip Code: 20240
- Zip Code: 20240
- Record
- SN02650003-W 20120108/120106234243-5640668ff139a1bbb7440963951f8a84 (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 |