Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

E -- MODULAR FACILITY (TRAILER)

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M68909 Marine Corps Tactical Systems Support Activity, Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M6890905R1063
 
Response Due
6/27/2005
 
Archive Date
9/27/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number M68909-05-R-1063 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. This is a small business set-aside. NAICS 233310, Size 500 Employees. The contractor shall provide CLIN 0001: One Modular Facility 60ft x 60ft (Trailer). CLIN 0001AA: Delivery and set-up. The facility shall meet or exceed the following minimum functional and performance specification: The facility shall measure 60 X 60 feet, insulated (R-11) floor, walls and roof, with eight (8) offices and multiple person! al workstations with individual phone and LAN connections per work station, as outlined on the attached diagram. Facility shall include: One male restroom containing: two (2) toilets with privacy partitions, two (2) urinals, one (1) sink, two (2) showers, and one (1) mirror (medicine cabinet size). One female restroom, containing two (2) toilets with privacy partitions, one (1) sink, two (2) showers, and one (1) mirror. Showers in each restroom shall be at least 30? and 1 toilet in each restroom must be accessible to physically impaired users. One (1) conference room, approximately 24? x 24? with an outlet in the ceiling for an overhead projector. 5/8? T1-11 plywood (or equal) grooved 8?o.c.siding with matching skirting. Standard ?? pre-finished wood paneling and vinyl covered drywall. Partitions in corridors shall be one (1) hour fire rated. Each office shall have standard hollow core interior doors. Passage set interior doors, without locks. Two (2) 3' x 6'8" sin! gle, metal storefront doors with dead bolt locks. One (1) metal door with regular lockset. Set of stairs with appropriate railing located at each door. Front stairs shall include an integrated ramp access for the physically impaired. Standard size 3? x 4? windows. 12" x 12" standard VA floor tile in rest rooms. All other areas shall have matching commercial grade carpeting (neutral and matching color). 8? suspended acoustical ceiling. 2? x 4? recessed fluorescent light fixtures with diffusers. One (1) sixty-six (66) gallon electric hot water tank. 100 amp, single-phase sub panel, 110V duplex receptacles. Electrical heating and cooling (Approx 12,000 BTU per 250 sq ft.) 30 Ga. Galvanized metal roof, Crimson red in color as seen from an aerial view. Two (2) 220v wall mounted receptacles (as depicted in the diagram) with circuit expandability to add an additional two (2) 220v breakers. GENERAL REQUIREMENTS: Modular trailer shall comply with: a. State of Calif! ornia Division of Housing and Community Development Title 25 Codes; Occupational Health and Safety Act (OSHA) and Uniform Federal Accessibility Standards (UFAS); and all other applicable city, state, and federal requirements in accordance with best commercial practices. GENERAL DESCRIPTION: The contractor shall furnish all labor, materials, services, equipment and connections to install the trailer and ensure the unit is set level and ready for hook up to all required utilities and their points of connection. Installation shall take place at the Marine Corps Tactical Systems Support Activity, Camp Pendleton, California. The modular unit need not be new. Re-configured, like-new modular trailers which meet the required functional and performance specifications stated herein are acceptable. The contractor shall dispose of rubbish and debris from Government property as required in accordance with federal, state, local requirements and Marine Corps policies. The trailer is ! to be delivered to MCTSSA, Supply Officer, Bldg. 31345, Camp Pendleton, CA 92055-5171 no later than twenty (20) calendar days after contract award, FOB Destination. The trailer shall be set up and configured no later than ten (10) days after delivery. Standard commercial warranty shall apply. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items and FAR 52.212-2, Evaluation?Commercial Items shall apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, delivery, and past performance. The offerors shall provide names, contact points, and telephone numbers of three (3) commercial or government customers that are currently using a similar item to the one being offered, for purposes of past performance evaluation. Offerors ! shall include a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications?Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, Subparagraphs (a), (b) (1), (5), (6), (7), (8), (11), (12), (13), (14), (15), (22), (d) and (e) apply to this acquisition and are hereby incorporated by reference. The provision at DFAR 212-301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items, subparagraphs (f)(ii), (f)(iii), and (f)(iv) apply to this acquisition and are hereby incorporated by reference. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://www.acq.osd.mil/dp/dars/dfars.html. Proposals are due to the MCTSSA Contracts Section, P. O. Box 555171! , Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 27 June 2005. The point of contact for information regarding this solicitation is Sandra Ingram at (760)725-9189, or by fax (760)725-2514, or Email sandra.ingram@usmc.mil.
 
Web Link
MCTSSA Home Page
(http://www.mctssa.usmc.mil)
 
Record
SN00829754-W 20050616/050614212553 (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.