SOLICITATION NOTICE
X -- LEASE OF HOUSES IN GRAND ISLE, LA
- Notice Date
- 5/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531110
— Lessors of Residential Buildings and Dwellings
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- NFFKPR00-14-01598
- Archive Date
- 5/29/2014
- Point of Contact
- Linda L Mullen, Phone: 757-441-3436
- E-Mail Address
-
Linda.Mullen@noaa.gov
(Linda.Mullen@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is NFFKPR00-14-01598. The U.S. Dept of Commerce, NOAA, National Marine Fisheries Service, Silver Spring, Maryland has a requirement for lease of 12 Rental Houses in Grand Isle, Louisiana as follows. STATEMENT OF WORK for RENTAL HOUSES IN GRAND ISLE, LA Background As part of the Deepwater Horizon (DWH) Natural Resource Damage Assessment effort, NOAA will send a team of approximately 60 field researchers to Grand Isle, LA during the period June 06-22, 2014 to conduct a dolphin health assessment. The field staff will primarily be NOAA employees, contracted through NOAA, or on NOAA invitational travel. Housing will be needed for these researchers June 06 - June 22, 2014. On any given day, there will be approximately 60 researchers staying in the houses, although it will not necessarily be the same researchers for the entire time (some researchers may only participate for the 1st or 2nd week, but not both). Rental houses are the only option for lodging in the area. The closest chain hotel is 30 miles (45 minute drive) from the field site. Field operations will be based at the Louisiana Department of Wildlife and Fisheries (LDWF) laboratory on Grand Isle and field staff must be housed in close proximity to this facility (preferably within 10 miles). Field staff will need to be at the LDWF dock by 7:00 a.m. every morning to commence field operations and many will need to remain at the lab late into the evenings to process samples. Having staff stay in relatively close proximity to the LDWF base site will facilitate travel to/from the lab, reduce fuel costs, and minimize the number of rental cars needed. Location: Grand Isle, LA Period of Performance: June 06, 2014 through June 22, 2014. Number of units required: We will need housing for 60 researchers from June 06 - June 22. The 60 people can be divided up in a number of ways in varying size units, but to facilitate logistics and minimize transportation cost (i.e., the number of rental cars), we would like to have 12 single family houses. There will be approximately 30 female and 30 male researchers, although the number of female/male personnel will vary day-to-day. The specific requirements for each house are as follows: 1. Each house must be a single family house, fully furnished with complete kitchen. 2. Each house must have at least 1 full bathroom or more per 2 bedrooms. 3. Each house must have at least 2 bedrooms or more per house. 4. Each house must have at least 2 beds; the beds may be distributed in different ways among the 3 or more bedrooms, but must be actually beds, not fold-out sofas. 5. Linens must be furnished for each bed; at least 5 sets of towels (include wash rag, bath towel) and at least 4 hand towels must be furnished per house. 6. Houses must be air-conditioned. 7. Houses must be clean and secure - e.g., there should be no bed bug or other insect issues and doors and windows must lock; must have smoke detector. 8. Must have at least one television (20" or larger) provided in a central location and have cable, satellite dish, or antenna to receive at least local TV stations. 9. Must have microwave oven (compact size or larger), stove, and standard oven. 10. Must have washer/dryer. Washer and dryer may be compact size (capable of handling 4 lbs of laundry), conventional full-size or large capacity models. 11. Must have parking for at least 2 full-size pick-up (1000 lb capacity) trucks per house; parking may be in either a driveway or garage. 12. Must have table and chairs, set of dishes to accommodate 4-6 people, silverware, pots and pans, kitchen accessories, etc. 13. Must have at least one coffee maker and cleaning equipment (1 broom and/or 1 vacuum) for each house. 14. Internet access must be provided in at least 2 of the units. "The C&A requirements of clause 73 do not apply and a Security Accreditation Package is not required" This procurement is being solicited as unrestricted and full and open competition. The resulting purchase order will be negotiated as a firm-fixed price Purchase Order. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration in SAM contact the SAM website at www.sam.gov. The FSC for this is X1FA and the NAICS Code is 531110, small business size standard is $7.0 million dollars. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the lowest technically acceptable price and who can best meet the required location. FAR 52.212-3, Offeror Representations and Certification-Commercial Items (FEB 2012) --Offerors must include a completed copy of its provision with their offer or complete only paragraph (j) of the provision if the offeror has completed the annual representation and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website; the offeror shall complete only paragraphs (b) through (i) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2012) applies and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (4), (17), (23), (26), (28), (29), (31), (38), (40i), (42) and (47). The following addenda or additional terms and conditions apply: None. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 4:00 P.M May 14, 2014. Vendors whose offer expires prior to closing date will not be accepted. Offers maybe faxed to 757-664-3649 or via e-mail to Linda.Mullen@noaa.gov. Inquiries will only be accepted via email to Linda.Mullen@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NFFKPR00-14-01598/listing.html)
- Place of Performance
- Address: GRAND ISLE, Louisiana, United States
- Record
- SN03357095-W 20140507/140505234430-5c2e5b69e457c3dbde3da2f0b3400bdc (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 |