Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1996 PSA#1609

Operational Contracting Office, 910 AG/LGC, 3976 King Graves Rd, Vienna OH 44473-0910

54 -- PROJECT YNG 96-0034 LEASE OF OFFICE TRAILERS SOL F33630-96-R-0010. Due 061896. POC Helen Jordan, Contract Specialist, or Susan Weaver, Contracting Officer, (330) 392-1306 or FAX (330) 392-1042. SOLICITATION NOTICE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation, F33630-96-R-0010, is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. The solicitation is unrestricted. The Standard Industrial Code (SIC) classification is 3448; the size standard is 500 employees. The line numbers are as follows: CLIN 0001 Basic Contract Period-Rental of a unit of approximately 4230 square feet (+ or - 100 square feet) to be used as offices and training rooms, for the period of 1 Jul 96 through 30 Sep 96 (the first month's lease charge is to be pro-rated if unit is not ready for occupancy on the first of July); CLIN 0001A Initial Delivery and Set-Up of Trailers, CLIN 0001B Tear down and Pick-up of Trailers. CLIN 1001 First Option Period, Same as CLIN 0001, for the period 01 Oct 96 through 97 Sep 30, CLIN 2001 Second Option Period, Same as CLIN 0001, for the period 1 Oct 97 through 30 Sep 98. The total of the contract should be inclusive of CLINS 0001, 0001A, 0001B, 1001 and 2001. NOTE: The tear down and removal sub-clins may be used in any of the three performance periods. This acquisition is for the lease of a relocatable unit, either modular or a combination of three double-wide 23.5 ft x 60 ft trailers set up side by side (adjoining and seamed) to be set up on the edge of an asphalt parking lot. Part of the unit will be on asphalt and part will rest on grass. (Site drawing is available upon request). Desired floor plan consists of 4 ea 12' x 12' offices along on outside wall, 1 ea 12' x 24' room along an outside wall, 2 ea 16' x 24' rooms along an outside wall; 2 ea 12' x 16' rooms along an outside wall; and 3 ea 12' x 12' interior rooms. (Suggested floor plan is available upon request.) The building is to be fully carpeted and air conditioned. Electric heat is required. All utilities will be connected by others. Contractor is to include skirting in their set-up charge. Stairs will be provided by others. A minimum of three bathroom fixtures are required; two will be used by men, one by women. Site visit is mandatory, but will be held on 6 June 1996 at 2:00 pm local time. This will be the only opportunity to view the site. Delivery and acceptance is to be at Youngstown Air Reserve Station in Vienna OH 44473-0910. Unit should be ready for occupancy not later than 1 July 1996. Provisions at 52.212-1, Instructions to offerors-Comemrcial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (Oct 1995), applies to this acquisition. (a) Price (including all sub-clins), delivery and acceptability of proposed floor plans are the factors that will be considered; with price and delivery being of significantly more importance than acceptability of floor plan. The evaluation of price shall be based on comparison of costs of any known recent procurements of the same or similar items by this or other commands; comparison of prices obtained on this solicitation; and comparison to catalog prices. The evaluation of the proposed floor plan will be based on the adaptability of the proposed floor plan to meet the government needs. The Government intends to evaluate proposals and award a contract without discussions, therefore, offerors are encouraged to submit their best offer from a cost or price standpoint. The offeror is required to submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 1995) with its offer. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms Required to Implement Statutes or Executive Orders - Commercial Items is incorporated in this solicitation. The following additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 USC 253g and 10 USC 2403); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 USC 423); FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity (EO 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); FAR 52.225-3, Buy American Act - Supplies (41 USC 10); FAR 52.225-9, Buy American Act - Trade Agreements Act - Balance of Payments Program (41 USC 10, 19 USC 2501-2582); FAR 52.225-18, European Union Sanction for End Products (EO 12849); FAR 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 USC 10, Pub L. 103-187). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items (Nov 95) applies to this acquisition with the following addendum: DFARS 252.225-7001, Buy American Act and Balance of Payments Program (41 USC 10, EO 10582); DFARS 252.225-7012, Preference for Certain Domestic Commodities. The following additional clauses apply to this acquisition: FAR 52.204-1, Approval of Contract (DEC 89). This contract is subject to the written approval of the Chief, Contracting Division, HQ Air Force Reserve and shall not be binding until so approved; FAR 52.217-9, Option to Extend the Term of the Contract (MAR 89), with the following addendum: (a) 30 days, (c) 27 months; FAR 2.232-18, Availability of Funds (APR 84); FAR 52.237-1, Site Visit (APR 1984); FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984). The DPAS assigned rating is DO-C9e. Requests for the desired floor plan, site drawing or any FAR References must be submitted in writing. Submit bids, with proposed floor plan, to the address listed above at Item 7, no later than 2:00 pm local time, 18 June 1996. All offers shall be clearly marked with RFP F33630-96-R-0010. For additional information, contact Helen Jordan at 330-392-1306; or FAX 330-392-1042. (149)

Loren Data Corp. http://www.ld.com (SYN# 0193 19960604\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page