Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
MODIFICATION

W -- Lease Mobile Office Trailer, Bolling AFB, DC

Notice Date
4/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0070
 
Response Due
4/11/2003
 
Point of Contact
Michael Kelly, Contract Specialist, Phone 202-767-7875, Fax 202-767-7897, - Steve Hawkins, Contract Specialist, Phone 202-767-8040, Fax 202-767-7887,
 
E-Mail Address
michael.kelly@bolling.af.mil, steven.hawkinsII@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation No. F49642-03-T-0070 Box Office Trailer Lease, Bolling AFB, DC 1. 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; quotations are being requested and a written solicitation will not be issued. 2. The solicitation number is F49642-03-T-0070 and is issued as a Request for Quotation (RFQ). 3. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03 and DFARS Change Notice 20030331. All clauses listed by reference within this document are available in full text on the Internet: http://farsite.hill.af.mil/ or http://www.arnet.gov/far 4. This requirement is a 100% set-aside for small business. The NAICS/Standard Industrial Classification is 53212. 5. Required line items quantities and units of measure are listed in the schedule below and are required to be priced by the offeror: CLIN DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE TOTAL PRICE 0001AA Nonpersonal Services to deliver, prepare site, set up and install 12’ X48’ Box Office Trailer including skirting, block and level, and anchors. See attached SOW for additional detail. 1 Each 0001AB Base Period - Trailer lease, including all necessary maintenance from date of delivery and Government acceptance of the trailer through 30 Sep 03. See attached SOW for additional detail. 5 Months 0002 Option Year One - Trailer lease, including all necessary maintenance for the period 1 Oct 03 through 30 Sep 04. See attached SOW for additional detail. 12 Months 0003AA Option Year Two - Trailer lease, including all necessary maintenance for the period 1 Oct 04 through 30 Sep 05. See attached SOW for additional detail. 12 Months 0003AB Trailer breakdown, removal and site clean-up. See attached SOW for additional detail. 1 Each TOTAL Grand Total CLINS 0001 – 0003AB 6. NON-PERSONAL SERVICE/SUPPLY: Contractor shall provide all necessary equipment, materials, supplies, labor, tools and transportation necessary to provide a complete delivery and installation of a 12’ X 48’ Mobile Box and lease agreement as specified above and in accordance with the attached Statement of Work (SOW) (see attached file titled “Trailer SOW 7 Apr 03”). 7. The service lease period of performance is as indicated above under paragraph 5, required line items. The office trailer is required to be completely delivered and installed with all terms FOB destination at Bolling AFB, Marina, DC, 20032. 8. The provision at 52.212-1, Instructions to Offerors-Commercial (Oct 2000), applies, with the following addenda: a. Price Quote - The offeror shall submit a price quotation providing pricing required by the line Items listed in the combined synopsis/solicitation, paragraph (5). b. Technical Information – The offeror shall include in their quotation descriptive literature and data that adequately demonstrates the product/service offered meets all requirements specified in the attached SOW. c. Delivery Time – The offeror shall include in their quotation the amount of time in calendar days that will be required for complete delivery, site preparation and installation of the trailer after receipt of award. 9. The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999), applies with the following evaluation factors for award, with all factors being of equal importance. a. Delivery time (shortest) b. Price (lowest) c. Technical (capability of the item/service offered to meet the Government requirement) 10. Offerors must include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Dec 2001), and DFARS 252.212-7000, Offeror Representation and Certification – Commercial Items (Nov 1995). 11. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Dec 2001), applies. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (Dec 2001), and DFARS 252-212-7001. Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001), apply to this solicitation. Specifically the following clauses, cited are applicable to this solicitation: 52.222-3 Convict Labor; 52.222-26, Equal Opportunity (Feb 1999); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 252.225-7001 Buy American Act And Balance Of Payments Program (Mar 1998); FAR 52.222-41, Service Contract Act of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) - the following fill in information is provided: Employee Class Monetary Wage -- Fringe Benefits Carpenter Maintenance – WG-9 $18.05 Electrician, Maintenance – WG-10 $22.59 Electronics, Maintenance I – WG-8 $16.08 Electronics, Maintenance II – WG-9 $20.88 Electronics, Maintenance III – WG-10 $22.73 Heating, Refrigeration, and Air Conditioning Mechanic – WG-10 $19.03 Laborer – WG-2 $10.70 Material Handling Laborer $11.50 FAR 52.222-44, Fair Labor Standards Act and Service Contract Act, Price Adjustment (May 1989); 52.233-3 Protest after Award (Aug 1996); FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award (Jun 1988). FAR 52.217-8, Option to Extend Services (Aug 89). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 89), applies, with the following addenda: (a) The Government may extend the term of this contract by written notice to the Contractor with 15 calendar days provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 13. Department of Labor Wage Determination No. 94-2103 REV (28) AREA: DC, District Wide, Dated 10/04/2002, is applicable. The current Wage Determination can be found at https://www.ceals.usace.army.mil 14. Defense Priorities and Allocations System (DPAS) is not applicable. 15. Commerce Business Daily number notes are not applicable. 16. Offers/Quotes are due no later than 11 Apr 03, 12:00 P.M. Eastern Standard Time, to 11th CONS/LGCF, Bolling AFB, D.C., Attention: SSgt Kelly. Email and facsimile responses are acceptable. 17. For more information please call SSgt Michael Kelly (202) 767-7875, or TSgt Daniel Williams (202) 767-7873/ FAX (202)-767-7897. Attachments: 1. Trailer Statement of Work dated 7 Apr 03 (2 pages) STATEMENT OF WORK FOR LEASE BOX OFFICE TRAILER Bolling AFB Marina 7 Apr 03 1. DESCRIPTION OF WORK: The contractor shall provide all supervision, tools, supplies, equipment, labor and applicable licenses and permits necessary to fulfill contract requirements to set-up and provide one (1) each 12’ x 48’ leased box office trailer. The contractor shall perform the following services in accordance with the Occupational Safety and Health Administration (OSHA) and the American National Standards Institute (ANSI) safety guidelines. This project is located at the Bolling AFB Marina, Washington, DC. 1.1. SCOPE OF WORK: The following short work description shall serve as general information only and shall not be construed to limit the contractor’s responsibility or obligation to comply with the installment of temporary facility for the Bolling’s Marina staff. Services shall include site preparation, delivery and installation of box office trailer, full term maintenance warranty, complete work site cleanup, leaving no debris or equipment. Site preparation will be required to ensure a stable safe environment. Tie downs are required to prevent movement during adverse weather conditions. The user will provide a tentative location; however, the contractor will be responsible for setting up unit and preparation of the site. Additionally the contractor shall be responsible for obtaining a utility clearance through Miss Utility, for under ground structures for electric prior to unit delivery. The following are minimum contractor responsibilities and requirements of the trailer: a) Framing, floors, exterior walls, roofing, doors, and windows shall meet maximum specification for S0481 standard for the Northeast region. b) Blocking & leveling on a level grade shall meet the maximum finished floor height of 30”. c) The contractor shall perform site preparation and installation for electric utilities. d) Provide tie down support to prevent movement. e) Set up trailer for acceptance of utilities. f) The contractor shall connect necessary electric utilities to source below ground and perform testing. The electrical source is approximately 10’ away from the proposed trailer site location. A 10’ foot conduit run to the electrical source is already in place at the site location. g) Provide site built steps and a ramp to include foundations. h) Skirting vinyl and color shall match trailer siding. Trailer siding shall be tan in color. i) The trailer shall have a weatherproof bottom board and cold weather protection. j) Provide maintenance throughout the duration of the lease. k) Trailer shall be anchored into asphalt with a minimum of eight (8) anchors. l) Flooring shall be carpeted. Carpet weight shall be 20 oz. per square yard. m) Electric service requirement is standard 120 AMP. n) HVAC requirement: minimum 3 ton central, with 10 KW heat. o) Trailer shall have standard fluorescent lights, 48” size, 2 tubes with diffuser. p) Trailer door shall have industry standard door bar. 2. GENERAL INFORMATION: 2.1. HOURS OF OPERATION: Normal hours of operations are from 0700 – 1500 hours, Monday – Friday. 2.1.1. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling’s installation, shall abide by all security regulation of the installation. 2.1.2. BASE ACCESS: The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The Quality Assurance Person will complete AF Form 75, request for Visitor/Vehicle Pass, after obtaining names and verification of employment from the contractor. The contractor shall submit a list of names and social security numbers of contract employees at least four workdays in advance of requiring base access. 2.1.3. PHYSICAL SECURITY: The contractor shall be responsible for safeguarding all government property provided for contractor’s use. The contractor shall be responsible for placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards. 2.1.4. IMPORTANT NUMBERS: a) Security Forces - (202) 767-5000 b) Fire Department – (202) 767-5777 c) Ambulance (202) 767-5233 d) Hazmat Pharmacy (202) 767-8297 3. GOVERNMENT FURNISHED PROPERTY/UTILITIES: 3.1. The government will furnish utility services including water and electric. 3.2. The government will be responsible for performing normal preventative maintenance to HVAC system filters, general cleaning and prevention of damage and abuse. 3.3. The government will be responsible for any changes required by local code or building inspectors. 3.4. The government will be responsible for site restoration upon removal of unit at the termination of lease. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 30-JUN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-03-T-0070/listing.html)
 
Place of Performance
Address: Bolling AFB Marina, Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00360812-F 20030702/030630221411 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.