Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1998 PSA#2036

Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049-0209

X -- LEASE OF RELOCATABLE FACILITY FOR ACS ENVIRONMENTAL AT MARINE CORPS BASE, CAMP PENDLETON, CA SOL N68711-98-Q-0219 DUE 030498 POC POC Denise Winters at (760)725-8239, Contracting Officer is E. Charette. E-MAIL: Officer in Charge of Construction, Camp Pendleton, California, dewinters@efdswest.navfac.navy.mil. The is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotations (RFQ). The solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-3. This solicitation is 100% set-aside for small business concerns. The Standard Industrial Code is 3448. The size standard is 500 employees. The work will include but is not limited to all labor, supervision, materials, equipment, transportation, and facilities necessary to provide modification /refurbish to relocatable facilities to meet specifications, delivery, set-up, leveling, tie-down of the leased relocatable facilities identified hereincomplete and ready for use at the Marine Corps Base, Camp Pendleton, California. The relocatable facilities shall be set up and ready for occupancy 15 days after award of this contract. This contract shall be a combination firm-fixed price/ indefinite quantity requirement for the acquisition of the commercial use mobile building in accordance with the specifications stated herein. The contract schedule will be as follows: The base period contains Items 0001 and 0002. Item 0001 is subdivided into AA and BB. Item 0001AA is to modify/refurbish, deliver, assemble, level, anchor and set-up relocatable facility. Item 0001AB is the monthly rental of relocatable facility for 6 months. Item 0002 will only be used for the take down/removal of this facility if removal is requested during the base period. There are four option periods with up to a maximum of 48 additional months of rental possible. Items 0011, 0021, 0031 and 0041 are for the monthly rental of the relocatable facility in each respective option period. Items 0012, 0022,0032 and 0042 are the indefinite quantity items for take down/removal of the relocatable facility if it occurs during any of those option periods. GENERAL BUILDING REQUIREMENTS. The relocatable facilities provided shall meet B 2 occupancy standards for commercial coach building as approved by the Department of Housing for the State of California, and shall be clean and capable of remaining in good condition for the term of this contract (the relocatable facility may be used/refurbished). The relocatable facilities shall not be less than 720 square feet [minimum 24' X 30' exterior dimension], and shall be set up in accordance with appropriate codes and regulations. The relocatable facility, at the site, shall comply with the Uniform Building Code's Seismic, wind, and static loading requirements for the occupancy indicated. The exterior of the relocatable facilities shall be neutral in color, i.e. gray, beige or tan siding with contrasting trim color. INTERIOR LAYOUT. The facility shall contain four (4) distinct areas, i.e., restroom: minimum size 9' X 7' and shall contain a toilet, sink and individual shower, a kitchen: minimum size 9' X 7' containing a counter top with sink and 2 wall cabinets, an individual office space: minimum size 9' X 11' and a large open area for additional work stations. STAIRS. Provide and install one (1) sets of stairs at the side entrance and one (1) handicap ramp at the main (front) entrance/exit. The stairs and ramp shall be rigidly constructed and coated with a non-skid surface; have handrails, guardrails and meet all applicable requirements of the Uniform Building Code. WINDOWS. Provide four (4) windows with screens. One (1) window in the kitchen and one (1) in the 9' X 11' individual office area, and two (2) windows in the large open area for work stations. Windows should be a minimum size: 46" H X 36" W (or comparable) with bronze aluminum frames. WINDOWS COVERINGS. Window covering shall be white mini-blinds. DOORS. Provide doors for two (2) entrances/exits. The main entrance (facing west at the north west corner of the facility) shall have glass double doors (2 doors each, minimum size: 6'8" H X 36" W doors) with locking mechanism and hydraulic closer. The side entrance/exit door (facing north at the north east corner of the facility) shall be metal clad, minimum size: 6'8" H X 36" W door with a glass window (glass not less than 6" X 6"). Doors shall meet applicable requirements of NFPA 101. WALLS. All interior walls shall have 1/4" prefinished wood paneling. FLOOR COVERING. Provide 1/8" commercial grade (neutral color) vinyl floor covering throughout. ELECTRICAL WIRING AND EQUIPMENT. Comply with the requirements of NFPA 70, the California State electrical Safety Code, and the following requirements: (1) Panelboard: Circuit breaker type for connection to 60 amp single phase, 120 volt feeder. Extend service connections through exterior of trailer and bring together in one location ready for service connection (Provide riser with weather head approximately 3 feet above top of trailer with 5 feet of wire for connection at the south east corner of the facility). The Government will make service connection. (2) Receptacles: Provide 120 VAC, NEMA 5-20R, duplex 20A 3-wire grounding type convenience receptacles spaced in accordance with applicable codes. (3) Lighting: Diffused fluorescent lighting. with 2' X 4' fixtures. HEATING AND AIR CONDITIONING SYSTEM. Provide electric heating and air conditioning units thermostatically controlled and capable of maintaining interior temperature above 65o F. when outside temperature is 40o F and below 650 F when outside temperature is 100o F. Normal office occupancy and heat generating equipment shall be considered when sizing equipment and maintaining interior temperature. TELEPHONE OUTLETS. Provide and install six (6) telephone jacks spaced evenly throughout the facility (excluding the kitchen and restroom). PLUMBING. All water supply to the facility and drainage from the sinks, showers and toilet shall conform to the most current UPC for facilities of this type. Water supply and sewers are provided to within 50' of the site. LOCATION. The relocatable facility shall be installed in the vicinity of the Brig Annex in the 24 Area at the location indicated by the Contracting Officer. The main entrance/exit shall face West at the North West corner of the facility and the second entrance/exit shall face North near the North East corner of the facility and shall access the individual office space. DELIVERY AND SET-UP. The complete delivery and set-up of the relocatable facility shall be ready for occupancy 15 days after the contract award. Delivery and set-up shall include: a. delivery of relocatable facility, stairs, landing, and handicap ramp to the site. b. Locating, assembly, installing, anchors/tie-downs, leveling and connection of all electrical and plumbing to nearby utilties. The maximum slope of the location is 1:10. The contractor shall remedy at the Contractor's expense any failure to conform, any defect, of parts, materials, and workmanship. The Government will notify the Contractor in writing within a reasonable time after the discovery of any failure, or defect determined by the Government to be due to the performance of the work under this contract. WORK SCHEDULE. The schedule shall list the start date when the facility will be delivered to the site and the estimated time of completion of set-up. The schedule shall be submitted to the Contracting Officer for approval at the Pre-performance conference. Upon approval, changes to the work schedule shall be submitted to the Contracting Officer for approval at least three working days prior to performance. The Pre-performance conference will be held within 3 working days of award of the contract. PROVISIONS. The following provision should be submitted with the offer: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR 52.212-1, Instructions to Offerors applies to this acquisition. The Clauses at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item Acquisition will form a part of any resulting contract. Offers are due not later than 4:00 P.M., Local Time, March 04, 1998. No e-mail or other internet submission of offers will be accepted. Offers may be mailed, hand delivered or facsimile transmitted to the OICC, Building 22101, Marine Corps Base, Camp Pendleton, P.O. Box 0209, Oceanside, CA 92049-0209. The telephone number for facsimile transmissions is (760) 725-8210.***** (0048)

Loren Data Corp. http://www.ld.com (SYN# 0112 19980220\X-0002.SOL)


X - Lease or Rental of Facilities Index Page