Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
MODIFICATION

54 -- Prefabricated/Portable Buildings

Notice Date
4/27/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N. Fort Myer, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
2012-051720
 
Response Due
4/27/2012
 
Archive Date
10/24/2012
 
Point of Contact
Name: Ms. Smith, Title: Logistics Management Specialist, Phone: 7038755920, Fax:
 
E-Mail Address
reid-smithsj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is 2012-051720 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 321992 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-27 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dulles, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, PREFABRICATED AND PORTABLE BUILDING: LEASE of/a temporary requirement for TWO furnished portable/modular buildings, with rest rooms amenities, and a press platform to be placed on the grounds of Washington Dulles International Airport, VA to support activities surrounding the upcoming G8 Summit. NO specific exterior/interior color preference. Date of Installation: Immediately after contract award. Location: On grass, 1, LT; LI 002, PREFABRICATED AND PORTABLE BUILDING: Structure ONE - Three rooms 600 to 800 sq ft each (at least two with exterior doors); Two rooms 300 to 400 sq ft each; Carpeted floors; Lighting; A minimum of internal rest rooms with holding tanks; Air conditioning; Standard 15 amp, 110 volt power receptacles; Generator power. Location: On grass, 1, LT; LI 003, PREFABRICATED AND PORTABLE BUILDING: Structure TWO (media room) - One room 600 to 800 sq ft; Carpeted floors; Lighting, Air Conditioning; Two restrooms (portable exterior units acceptable); Standard 15 amp, 110 volt power receptacles; Generator power (can share power source with Structure #1). Location: On grass, 1, LT; LI 004, PREFABRICATED AND PORTABLE BUILDING: Press Platform - 10? x 80? (minimum), man rated platform, elevated 48? from ground, with handrails, adjacent to Structure TWO. Ramps or stars (two locations) to access platform; GFI protected (outdoor) power (two each 20 amp, 110 volt circuits). Platform structure may be wood or metal; located on grass., 1, LT; LI 005, PREFABRICATED AND PORTABLE BUILDING: Furniture Package - Staff Offices, Large, Structure #1 (two 600 to 800 sq ft rooms); a minimum of four each desk height work surfaces with a surface area of at least 12 sq ft.; 4 desk chairs; Seating for 20 people Staff Offices, Small, Structure #1 (two 300 to 400 sq ft rooms); a minimum of two each desk height work surfaces with a surface area of at least 12 sq ft; two desk chairs; Seating for 10 people Foreign Delegation Reception Area, Structure #1 (600 to 800 sq ft room); Furnishings in this reception area must of an upscale quality to be representative of the State Department?s diplomatic function as host to foreign dignitaries up to the level of king, prime minister, or president. As such, the expectation would be to have furnishings to reflect a diplomatic reception area at the Embassy level, at minimum, with comfortable sofas or loveseats and arm chairs for lounging and coffee tables and end tables, with lighting sufficient to read. There would need to be multiple small furniture groupings to allow for dignitaries to confer in private with their subordinates. The overall effect should be that of a quiet and tranquil resting place while awaiting onward movement. Media Room, Structure TWO (600 to 800 sq ft room) - a minimum 100 sq ft of desk height work surface; Seating for 30 people, 1, LT; LI 006, PREFABRICATED AND PORTABLE BUILDING: POWER REQUIREMENT - Sufficient generator power to support the interior lighting and air conditioning of the units, along with a surplus to power up to 20 laptop computers via the standard 15 amp power receptacles in the interior rooms, and misc devices powered through the 20 amp circuits on the press platform., 1, LT; LI 007, PREFABRICATED AND PORTABLE BUILDING: OPERATIONS - The portable building shall be fully deployed and operational from 0800 EDT on 17 May 2012, through 1600 EDT on 20 May 2012., 1, LT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.. Agency require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Items must be in original packaging and not altered in any way. Components of the requested equipment must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Agency reserves the right to conduct a site visit prior to award of potential offerors to inspect an actual prefabricated/portable building that would be used to satisfy this requirement. The prefabricated/portable building shall be fully deployed and operational from 8:00 am Eastern Daylight Time on May 17, 2012 through 4:00 p.m. Eastern Daylight Time on 20 May 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/2012-051720/listing.html)
 
Place of Performance
Address: Dulles, VA 20166
Zip Code: 20166-7506
 
Record
SN02733338-W 20120429/120427235228-fcc719c0f896f14807156f894a23e7ab (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.