SOLICITATION NOTICE
R -- Leasing Consultant Support Services
- Notice Date
- 4/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- WASO - WCP - Denver Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- P12CS11482
- Response Due
- 4/20/2012
- Archive Date
- 4/6/2013
- Point of Contact
- Michael S. Schwamberger Contract Specialist 3039876787 michael_schwamberger@contractor.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
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued.The Solicitation No. P12CS11482 Property Leasing Support will be issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This will be a Small Business Set Aside NAICS: 541611 Size Standard: $14.0 million. Contract line item information: CLIN0001 - 65 hours per month; CLIN0002 - 65 hours per month option year 1; CLIN0003 - 65 hours per month option year 2The Contractor shall provide 15 hours per week technical assistance to the Commercial Services Manager, Regional Chiefs and parks in support of the following:1. Drafting of prospectuses for the leasing of park area property and for utilization of park area property by the private sector for visitor service or other compatible purposes.2. Evaluation of NPS park area lease proposals and for other proposals from the private sector for the utilization of park area property for visitor service or other compatible purposes.3. Negotiation of NPS park area leases and in the negotiation of instruments for the utilization of park area property by the private sector for visitor service or other compatible purposes.4. Development of policies and procedures for the appraisal of the fair market value rent for NPS leases and for the establishment of appropriate fees for use of NPS park area properties by the private sector for visitor service or other compatible purposes.5. Oversight of NPS park area administration of property leasing and in administration of other building utilization activities by the private sector for visitor service or other compatible purposes.6. Development of system-wide regulations, policies, and procedures regarding the leasing of park area property and other private sector utilization of NPS park area property for visitor use or other compatible purposes.7. Development of standard NPS forms and solicitation documents for the lease of park area property and other private sector utilization of park area properties for visitor service or other compatible purposes.8. Leasing of NPS park area historic properties, including, without limitation, experience in the application of The Secretary of the Interior Standards for Rehabilitation of Historic Properties.9. NPS Historic Rehabilitation Federal Income Tax Credit Program.10. Policies and procedures called for by Section 106 of the National Historic Preservation Act, particularly as related to the leasing of NPS park area historic properties.11. National Park Service Concessions Management Improvement Act of 1998, Public Law 105-391 and 36 C.F.R. Part 51.12. The Contractor will provide the following deliverable, a regular monthly written summary of project documents reviewed and corresponding hours worked to the COR.13. The contractor will provide written recommendations for NPS documentation as requested.Dates and places of delivery and acceptance and FOB point: The work under this order shall be performed from July 15, 2012 through July 14, 2013. There are two one year options that are included in the RFQ. Should they be exercised the performance period will extend through July 14, 2015. Place of performance shall be at the contractor's place of business.The Contractor shall invoice for services and direct costs on a monthly basis. The following Clause Numbers and Titles are hereby incorporated into the RFQ:52.212-01 Instructions to Offerors - Commercial Items52.212-04 Contract Terms and Conditions - Commercial Items52.212-02 Evaluation Commercial Items will be best value. Technical and past performance is greater than price.52.212-03 Offeror Representations and Certifications, provide a completed copy of the provision with offer52.246-04 Inspection of Services Fixed Price1452.201-70 Authorities and Delegations; 52.202-01 Definitions; 52.203-07 Anti-Kickback Procedures52.204-07 Central Contractor Registration; 52.223-06 Drug-Free Workplace; 52.232-01 Payments52.246-25 Limitation of Liability Services; 52.249-08 Default (Fixed-Price Supply and Service)52.217-08 Option to Extend Services; written notification within 30 days52.217-09 Option to Extend the Term of the Contract; within 30 days of completion, with 30 days written notice. Contract will not exceed a total of 42 months to include option periods and extensions.52.232-16 Progress Payments; will be made within 30 days of receipt of proper progress payment request52.252-02 Clauses Incorporated by Reference52.219-01 Small Business Program Representations; NAICS 541611, Size $14.0 million52.232-13 Notice of Progress Payments52.232-14 Notice of Availability of Progress Payments Exclusively for Small Business Concerns52.233-02 Service of Protest; WASO-WCP Denver Contracting and Procurement, PO Box 25287, Denver, CO 80225.52.217-05 Evaluation of Options52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items includes the following clauses:52.222-50 Combating Trafficking in Persons52.233-03 Protest After Award52.233-04 Applicable Law for Breach of Contract Claim52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-28 Post Award Small Business Program Rerepresentation52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.223-18 Contractor Policy to Ban Text messaging While Driving; 52.232-33 Payment by Electronic funds transfer Central Contractor Registration52.222-41 Service Contract Act of 1965The DPAS rating does not apply to this solicitation. Any questions are due to the Contract Specialist no later than April 13, 2012 11:00MST. Offers are due April 20, 2012 no later than 2:00pm MST. Submit quotes not to exceed 10 pages via e-mail to: michael_schwamberger@contractor.nps.gov. Facsimiles will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation: primary is Michael S. Schwamberger, contractor, Contract Specialist, 303-987-6787 secondary is Shemika S. Young, Contracting Officer, 303-969-2496.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12CS11482/listing.html)
- Record
- SN02716370-W 20120408/120406235033-cc1ea3ec5b63200182fe5b1bcac15aa3 (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 |