Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

X -- Lease of Modular Office Space - Eastern Command, Oak Ridge, TN

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RQ52-05NA26799
 
Response Due
8/17/2005
 
Archive Date
9/16/2005
 
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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Responses shall reference "Request for Quote DE-AF52-05NA26799." This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-3. This acquisition is a 100% full and open. The North American Industry Classification System (NAICS) Code is 531120 with a corresponding qualifying size standard of $6M (indicates maximum allowed for a concern, including its affiliates, to be considered small). ALL OFFERORS WILL NEED TO INCLUDE (with proposal) a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The National Nuclear Security Administration Service Center, Office of Secure Transportation intends to Lease One (1) new or refurbished modular trailer 60'X24' for office use at the Agent Operations Eastern Command facility in Oak Ridge, TN (reference attached floor plan). Refurbished is defined as follows: Restored to its original intended use (cleaned, repaired, and recovered). Lease is for one (1) year with four (4) 1-year options. Unit is to contain four offices (dimensions and additional requirements on attached floor plan), two bathrooms (ADA accessible) and a large open area. Proposal should include the following: Delivery and set-up to include leveling, blocking, and tie down; skirting and two steps; and the return and transport back to leaser to include knock-down, tie down, skirting removal, ALL taxes (if applicable), and OTHER cost not identified above. Duration of monthly lease cycle should be provided. For evaluation purposes it is requested that proposal include the following elements. Transportation/Delivery of trailer $___________ Set-up $ Block and level $___________ Anchor and Tie-Down $___________ Skirting $___________ Steps $ (indicate whether rental per month or one time charge) $___________ Monthly rental rate, for base term $___________ Monthly rental rate, for option term $ OTHER Monthly Cost (Identify) $ Removal of trailers $___________ OTHER cost not identified above $___________ Taxes (if applicable) $___________ The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. ALL OFFERORS WILL NEED TO INCLUDE (with proposal) a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act; and FAR 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The following local clause applies to this acquisition: LOBBYING RESTRICTION (ENERGY & WATER DEVELOPMENT APPROPRIATIONS ACT, 2004) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. (End of Clause) Electronic responses/offers to this combined synopsis/solicitation will be accepted via the Industry Interactive Procurement System (IIPS), available at http://e-center.doe.gov. It is the offerors responsibility to monitor the IIPS site for the release of amendments (if any). For further assistance and instruction for the use of IIPS, the on-line help document is available at http://e-center.doe.gov/doebiz.nsf/ or http://www.doeal.gov/cpd/readroom.htm. SUBMISSION OF QUOTES BY MEANS OTHER THAN THE IIPS IS NOT AUTHORIZED. Quotations submitted by other methods will not be evaluated. Quotes must be received through the IIPS web site (http://e-center.doe.gov/) NO LATER THAN 5:00 p.m. Mountain Standard Time, August 17, 2005. Each quote is to be submitted according to the instructions detailed in the IIPS on-line help document, which is available at http://e-center.doe.gov/doebiz.nsf/. It is the responsibility of the contractor, prior to the quote due date and time, to verify successful transmission in accordance with the Proposal Submission instructions in the "IIPS Users Guide for Contractors." All questions or inquiries regarding this solicitation are to be directed to the named Contract Specialist: Maria D. Vasquez at the following E-mail address: mvasquez@doeal.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/A04BF8D0031784568525705A007C9926?OpenDocument)
 
Record
SN00868051-W 20050813/050811211846 (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.