Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

X -- Lease of modular units for Security Complex

Notice Date
1/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Gulfport, 100 Annex Road Suite 101, Biloxi, MS, 39531
 
ZIP Code
39531
 
Solicitation Number
N62467-06-R-5719
 
Response Due
2/10/2006
 
Point of Contact
Charlene Kreeger, Contracting Officer, Phone 228-871-3020 , Fax 228-871-2949, - Victor Swanier, Contract Specialist, Phone 228-871-2992, Fax 228-871-2949,
 
E-Mail Address
charlene.kreeger@navy.mil, swaniervm@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement, N62467-06-R-5719 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this solicitation is 532120. The size standard for a small business under this NAICS code is one that is equal to or less than $21,500,000. This Request for Proposal is being submitted as a restricted solicitation open to small businesses. This is a Synopsis for commercial item procurement for leasing, delivery, installation, teardown & return of a Modular Facility suitable for housing Base Security at Naval Construction Battalion Center, Gulfport MS. The work includes all tools, labor, equipment, materials, transportation and supervision to deliver and install leased modular/mobile configurations to be used for housing Base Security. Trailers will be required for a period of one (1) year, with one (1) year Option period. The total price shall include costs for securing each trailer to meet State and local codes regarding storm force winds, and the removal and transport of each trailers upon completion of the lease. Modular/ Mobile Units are to be configured in a manner that they provide a total of 31 separate rooms along with 5 restrooms including 2 with two showers each and 1 janitor/laundry room combination. This configuration is broken down as follows: (Note: All square footages are minimums) (Restrooms to accommodate approx. 75 personnel) 1 – 400 SF Conference Room 1 – 550 SF Logistics Room 1 – 300 SF Lunch Room (Need counter space/cabinets/Sink/reefer hookup/and vending machine areas) 1 – 400 SF Computer Room 1 – 300 SF Training Room 1 – 400 SF Patrol Computer Room 13 – 150 SF Offices 2 – 175 SF Offices 2 – 100 SF Interview Rooms 1 – 150 SF Reception Area 1 – 225 SF PRISM Training Room Specialty rooms include the following: 1 – 144 SF Evidence Room 1 – 100 SF Secret Internet Strong Room 1 – 420 SF Personal Weapons Vault 1 – 144 SF Security Duty Vault 1 – 144 SF Secure Guard Duty Vault Each of these specialty rooms needs to adhere to SECNAVINST 5510.36 Exhibit 10A Section 2 as follows: Walls, Floor, and Roof: The walls, floor, and roof construction shall be of permanent construction materials; i.e. plaster, gypsum wallboard, metal panels, hardboard, wood, plywood, or other materials offering resistance to, and evidence of unauthorized entry into the area. Walls shall be extended to the true ceiling with permanent construction materials, wire mesh, or 18-gauge expanded steel screen. Ceiling: The ceiling shall be constructed of plaster, gypsum, wallboard material, hardwood, or any other acceptable material. Doors: The doors must be solid with metal paneling, or solid steel door, and an alarm. Several of the specialty rooms have the need for floor reinforcement to support different sized safes. Those rooms are as follows: Secret Internet Strong Room: Sufficient to support 1 – 250 lb safe Evidence Room: Sufficient to support 1 – 1400 safe and 1 – 200 lb safe Security Duty Vault: Sufficient to support 3 – 1400 lb safes and 1 – 200 lb safe Secure Guard Duty Vault: Sufficient to support 2 – 1400 lb safes (Safes will be furnished and installed by the government) Note: Weapons safes dimensions 51 Ό” high, 22” wide, 39”deep. Weight 1080lbs empty. Add approx. 300lbs of gear in side for a total weight of approx. 1400 lbs per safe. Each of these rooms will require a private lockable entry from a common hallway that is accessible throughout the facility. Private offices and reception areas shall have windows, where possible. Also there will be the need to have switched overhead florescent lighting throughout the facility as well as at least two 120V wall receptacles in each room, one of which is to be GFCI protected. The required restroom facilities must meet the code for the number of occupants in the facility. All interior walls shall be finished and painted. Modular/Mobile units will require an HVAC system capable of distribution to each living space, emergency egress lighting, exit lighting, and sufficient smoke/fire detectors to meet applicable State Building codes. Water, sewer, and electrical connections at Service Drops will be accomplished by the Government. This facility must be ADA accessible and meet all fire codes. Proposals shall be submitted in accordance with FAR 52.212-1(b). Technical proposals shall include (1) detailed product literature, (2) proposed floor plan depicting layout including doors, windows, entry ramps, etc. Each area to be marked as described above including actual square footage.; and (3) past performance information – provide contract number, amount, brief description, and POC (name and phone number) for two or more similar units delivered within the past three (3) years. Price Proposal should be in the following format; price for each line item as follows: CLIN 0001 – Monthly Lease, Base Year – 12 Months @ $_________ month CLIN 0002 - Delivery, set up and anchor, skirting, and handicap accessible ramp for each entry – 1 LOT $_________ CLIN 0003 – Breakdown & removal – 1 LOT $________ CLIN 0004 – Monthly Lease, First Option Year – 12 Months @ $________ month. Delivery: ______ calendar days after award of contract. Offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. Award Basis: Best Value procurement - FAR provision 52.212-2, Evaluation-Commercial Items, is applicable. The following factors will be used to evaluate the offer: Delivery schedule, Technical capability of the item offered to meet the Government requirement, Past performance, and Price. Technical and past performance, when combined, are approximately equal, when compared to price. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil or www.arnet.gov/far. Proposals are due on or before 3:00 p.m., Standard Central Time, on Friday, 10 February 2006. Proposals to be submitted to ROICC GULF COAST, 5302 6TH STREET, NCBC GULFPORT MS 39501-5000. Proposals may also be submitted by FAX (228-871-2949 Attn: Charlene Kreeger) or e-mail Charlene.kreeger@navy.mil; however fax or e-mail MUST be complete and legibible and must be transmitted prior to 3:00 PM CST. Proposals received after 3:00 p.m. will be considered “late” and handled in accordance with FAR 52.212-1(f). All responsible sources may submit a proposal which shall be considered. Note 1 applies. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-MAR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62467N/N62467-06-R-5719/listing.html)
 
Place of Performance
Address: Naval Construction Battalion Center Gulfport MS
Zip Code: 39501-5000
Country: USA
 
Record
SN01006582-F 20060316/060314214129 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.