SOLICITATION NOTICE
R -- Direct Leasing Property Management Company - Package #1
- Notice Date
- 3/30/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531311
— Residential Property Managers
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- 70FBR218Q00000018
- Archive Date
- 4/10/2018
- Point of Contact
- Karley Hoyt, Phone: 2022123859
- E-Mail Address
-
karley.hoyt.2@fema.dhs.gov
(karley.hoyt.2@fema.dhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- BPA Terms and Conditions Cover Page Template Direct Leasing Tracker Fair Market Rent Pricing Statement of Work COMBINED SYNOPSIS/SOLICITATION for Direct Leasing Property Management Synopsis: This is a combined synopsis/solicitation for commercial services prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Part 13.5 using Simplified Acquisition Procedures for certain commercial items 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. Solicitation Number is 70FBR218Q000000018 and is issued as a Request for Quote (RFQ). FEMA has determined a need for Property Management Company (PMC) Representative for the Direct Leasing Individual Assistance program. The PMC Representative is to identify, evaluate and directly lease eligible properties on behalf of FEMA in order to provide housing assistance to eligible individuals and households affected by Hurricanes Irma and Maria in the US Virgin Islands. This solicitation incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-97, effective January 24, 2018. The North American Industrial Classification System (NAICS) code is 531311. The small business size standard is $7.5 million. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: 1. https://www.acquisition.gov/far/ 2. http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The Government contemplates awarding one (1) or more Firm Fixed Price Blanket Purchase Agreements (BPA's) resulting from this solicitation. To be considered for award you must have an active System for Award Management (SAM) registration by the closing date of this solicitation. Vendors who submit quotes but do not have an active SAM registration will not be considered for award. Please visit www.sam.gov for more information or to register. FAR Clauses and Provisions The following are hereby incorporated by reference: 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-8, Option to Extend Services 52.232-18, Availability of Funds 52.232-39, Unenforceability of Unauthorized Obligations 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.252-2 Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Award will be made to the Offeror's with the lowest prices technically acceptable. Evaluation Factors for Award Technical factors are all of equal importance. Factors 1-3 will be evaluated as acceptable or not acceptable. To receive on overall rating of acceptable and be eligible for award, the offeror must technically acceptable of each evaluation factor. Factor 1 - Local Firms To be technically acceptable, you must reside or primarily do business within the territory of the United States Virgin Islands. Factor 2 - Past Reference Offeror must provide information demonstrating that they have successfully performed Property Management duties. Offerors shall provide no less than three (3) points of contact that can verify successful performance as a Property Manager. Factor 3 - Price Offeror(s) shall insert proposed price in the pricing template. Award will be made on the basis of the lowest price if the Offeror has been found acceptable in Factors 1 and 2. The Government intends to make award without discussions. Questions are due to the Contract Specialist, no later than 12pm EST April 4, 2018. Responses to questions will be posted no later than 12pm EST, April 5, 2018, 2018. Quotes are due to the Contract Specialist, no later than 5pm EST, April 9, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR218Q00000018/listing.html)
- Place of Performance
- Address: U.S. Virgin Islands, United States
- Record
- SN04873210-W 20180401/180330230754-0f98456a1f7d12886fdbcdfa5386a1de (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 |