Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

X -- Lease of twenty (20) turnkey trailers (mobile homes) for government quarters.

Notice Date
6/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - AZ MABO - Arizona Major Acquisition Buying Office 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
E11PC1017A
 
Response Due
6/16/2011
 
Archive Date
6/1/2012
 
Point of Contact
Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1) GENERAL INFORMATION: This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Proposal #E11PC1017A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. North American Industry Classification System (NAICS) code: 531110 Lessors of Residential Buildings and Dwellings, with small business size standard: $7 million. The proposed contract is a total set-aside for small business concerns. The anticipated award date is approximately October 1, 2011. Most questions regarding this requirement can be answered by carefully reviewing this solicitation. Should this not be the case, please email questions to GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC1017A Trailer Lease. 2) STATEMENT OF WORK (SOW): 1. SCOPE 1.1 The successful offeror shall be responsible for: providing turn-key employee living facilities for Grand Canyon National Park (GRCA) employees, totaling (20) two-bedroom units. Used structures may be acceptable if they meet specific criteria as identified below. All new/used units shall conform to 2009 International Building Code (IBC) and International Residential Code (IRC). Structures are to be leased for a one (1) year period with the option for lease extension(s) not to exceed four additional years. Project will include delivery, set-up, utility hookup (service shall be stubbed to individual locations), maintenance and eventual removal. The successful offeror shall be responsible for ensuring all units are compatible with average weather (wind / snow etc) found in northern Arizona at 7000 feet in accordance with 2009 IBC and IRC. All structures, new or used shall be new in appearance. This shall include new or newer floor coverings, walls with fresh paint and free of blemishes. All surfaces shall be clean and be free of blemishes and appear new. 2. TECHNICAL REQUIREMENTS 2.1 The building requirements are: total quantity (20) 15'5' X 60' (approx.) modular units with two bedrooms, two bathrooms, a living room, dining area, and a full kitchen. The units shall have a split floor plan, i.e. bedrooms on opposite ends of the unit. For all units, minimum bedroom size shall be no less than 10'X10'. The successful offeror shall provide the buildings including transportation, installation, connection of utilities, set up and steps to each unit's door(s). Steps are to be constructed of non-slip material or have a non-slip material attached for safety considerations. Units are to be delivered to GRCA (South Rim), in the vicinity of Albright Avenue, with exact locations to be provided to the successful offeror. Appliances will include bathroom fixtures, electric refrigerator, and electric or gas range. The successful offeror shall provide warranty maintenance on all structures described in this SOW to include troubleshooting, repair, and on-site support for the duration of the contract. GRCA shall provide access to structures during repair periods. GRCA agrees to act as liaison, accepting work orders, either routine or emergency and forwarding to contractor for eventual repairs. Work orders can be categorized into either routine, in which case the contractor would accumulate work orders and respond within a timeframe of 3 to 7 days. Emergency repairs are identified on a "priority basis". If GRCA responds to emergency maintenance calls, they will be reimbursed at the overtime rate for labor, and material costs. GRCA has developed an after-hours call-out process to determine a priority or routine maintenance call. Emergency work orders would be responded to within 24 hours. Examples of emergency work orders include heating systems, hot water heaters, water infiltration and structural damages, etc. After hours emergencies such as plugged sewage systems, appliances could/would be addressed by local GRCA maintenance staff on a call out basis and labor/parts reimbursement would be at the GRCA employee labor rate. The successful offeror is responsible for the structure itself and not the adjoining infrastructure. FloorFloor Covering20oz Carpet and padding (new in appearance and freshly cleaned) EntrywayVinyl base (no older than five years) Exterior walls2X4X8Side walls7/7/16 LP Interseal or equalSheathingPlydry or equalWall coveringtape and textured (freshly painted) InsulationR-11 Kraft faced RoofInsulationR-30 UnfacedGutters installed the full length on both sides of unit. Overhanging eaves are desirable. Exterior Door24 gauge steel or equivalentLockset Capable of accepting a Best lockset (to accommodate government cores)Interior DoorsPaint grade interior hollow core doors WindowsDouble Pane Mini Blinds (no older than five years) Electrical switchSingle switchReceptacleGCFI in kitchen/bath 220V for range Exterior LightsFront and Rear door lighting AccessoriesSmoke detectors with batteries Plumbing Fixture Stainless steel kitchen sink, toilets, bathroom sinks, fiberglass tub/shower with shower curtain and rod. 50+ gallon hot water heater electric or propane AccessoriesToilet paper holders Towel bars Medicine cabinets Fan and light comboMechanical2250 watt electrical forced air heater Or propane heater equivalent MiscAccessoriesPre-finished base cabinets 30" Range Hood 30" range electric or propane (No older than 10 years) Vent duct to roof Laminated counter top Refrigerator 18.5 cu. Ft. (no older than 10 years) Other: Skirting 5/8" thick plywood, painted or stained to match house, or approved equal. State of Arizona approvals as required. Additionally, units will be provided with a means to prevent rodent infestation caused by digging and burrowing underneath units which may eventually lead to damage to the structure and ingress into the unit itself. 3.0 WORK PRODUCTS DELIVERABLES: 3.1 The successful offeror shall deliver all design documents, schematics, vendor manuals and internally generated configuration settings and reference materials. 4.0 QUALITY REQUIREMENTS: 4.1 The successful offeror shall submit and comply with a quality control plan. 5.0 PLACE OF PERFORMANCE 5.1 The structures described in this SOW will be delivered and set up on site at Grand Canyon National Park, South Rim. Confirmation of delivery date must be made 72 hours prior to arrival. 5.2 Warranty maintenance of structures will take place on-site at this location 6.0 PERIOD OF PERFORMANCE 6.1 The contractor shall be capable of commencing deliveries on Oct. 3, 2011 and completing deliveries, including setup and utility hookups, by Oct. 21, 2011. All deliveries are to be done during business hours, Monday - Friday, excluding Federal holidays (Oct 10, 2011 - Columbus Day). 6.2 Successful offeror provided warranty maintenance support of systems and circuits installed during this effort, shall commence immediately upon installation acceptance and continue for 12 months or duration of lease, whichever is longer. Appliances shall be included within this warranty period. 7.0 GOVERNMENT FURNISHED ITEMS AND EQUIPMENT 7.1 GRCA will provide access necessary for the completion of warranty issues. 8.0 AREA INFORMATION: The South Rim of Grand Canyon National Park is located in northwest Arizona, approximately 60 miles north of Williams and 85 miles northwest of Flagstaff at an elevation of 7,000 feet. Temperatures range from approximately 85 degrees in the summer to 17 degrees in the winter, with an average annual snowfall of 60 inches. 3) EVALUATION FACTORS 1.Technical capability of the item offered to meet the Government requirement. 2.Past Performance: identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement, including contract numbers, points of contact with telephone numbers and other relevant information. If applicable, provide information on problems encountered on the identified contracts and the offeror's corrective actions. Evaluation of offerors with no relevant performance history will not be evaluated favorably or unfavorably. 3.Price. Award will be made on the proposal that is the lowest priced technically acceptable (LPTA). A technical evaluation includes examination of product literature, technical features, and warranty provisions. Offerors should provide a brochure or a link to their product(s) for review. Offerors providing proposals including used trailers must include interior and exterior photos of the actual trailers being bid. 4) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: -- "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. --The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 4) HOW TO SUBMIT A PROPOSAL Interested parties may submit a proposal using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All proposals must have the following information: Solicitation: E11PC1017A Trailer Lease (20) for Grand Canyon National Park Proposals Due: 4:00 pm Mountain Standard Time, Thursday, June 16, 2011. Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC1017A; via mail (address below) or Fax: 928-637-7005, Attn: Freddi Steele, E11PC1017A. National Park Service1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: Freddi Steele, E11PC1017A Trailer Lease (20) Proposals and any supportive documentation must be received no later than the closing date and time of this announcement. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS (Street, City, State, Zip code):____________________________________________________________________________; DUNS Number:_________________________________________________________________________; Company Contact Name:_________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number. 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Base year, Oct 1, 2011 - Sep 30, 2012 (12 month) Lease of 20 trailers per SOW. Unit Price (per month for 20 trailers): $_____. Extended Price: $______. Line Item #2: Option year 1, Oct 1, 2012 - Sep 30, 2013 (12 month) Lease of 20 trailers per SOW. Unit Price (per month for 20 trailers): $_____. Extended Price: $______. Line Item #3: Option year 2, Oct 1, 2013 - Sep 30, 2014 (12 month) Lease of 20 trailers per SOW. Unit Price (per month for 20 trailers): $_______. Extended Price: $______. Line Item #4: Option year 3, Oct 1, 2014 - Sep 30, 2015 (12 month) Lease of 20 trailers per SOW. Unit Price (per month for 20 trailers): $_______. Extended Price: $______. Line Item #5: Option year 4, Oct 1, 2015 - Sep 30, 2016 (12 month) Lease of 20 trailers per SOW. Unit Price (per month for 20 trailers): $_______. Extended Price: $______. Line Item #6: Delivery to zip code 86023-0129, Unit Price/trailer: $_________; Extended Price (Unit price x 20): $_________. Line Item #7: Set up per SOW (including utility hookups) at 86023-0129, Unit Price/trailer: $_______. Extended Price (Unit price x 20): $_________. Line Item #8: Takedown per SOW (including utility hookups) at 86023-0129, Unit Price/trailer: $_______. Extended Price (Unit price x 20): $_________. Line Item #9: Applicable sales tax, Unit Price/trailer: $___________; Extended Price (Unit price x 20): $_____________. Total of Proposal (Line items 1-8): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable. 2. Offerors shall submit product literature as specified; failure to do so may render the proposal unacceptable. 3. The Government reserves the right to award on an "all or none basis". 4. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 5. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. Evaluation of options will not obligate the Government to exercise any of the options. END OF SOLICITATION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PC1017A/listing.html)
 
Place of Performance
Address: Grand Canyon National Park (South Rim), Coconino County, Arizona
Zip Code: 860230129
 
Record
SN02462078-W 20110604/110602234324-d5a603a4baf1812b1ce1f4240ea31dd5 (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.