Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2001 PSA #3005
SOLICITATIONS

W -- LEASE MODULAR OFICES

Notice Date
December 21, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-02-Q-A021
Response Due
January 4, 2002
Point of Contact
Lillian Minor, Contract Specialist, Phone 702-652-5352, Fax 702-652-9570, Email lillian.minor@nellis.af.mil -- George Dowdey, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570, Email george.dowdey@nellis.af.mil
Description
DESC: 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 F26600-02-Q-A021 is issued as a Request for Quotation (RFQ). The solicitation is being conducted under Simplified Acquisition Procedures, FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-01 Class Deviation 2001-00002. The Standard Industry Classification (SIC) for this solicitation is 7519. The North American Industry Classification System is 53212. This RFQ is unrestricted. The item description is as follows: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary for the lease and maintenance of seven modular office units as defined in Clins 0001 and 0002. Option Months for Clins 0001 and 0002 are Clins 0001AA, 0001AB, 0001AC, 0001AD, 0001AE, 0001AF, 0002AA, 0002AB, 0002AC, 0002AD, 0002AE, and 0002AF. Contractor shall have available a responsible person who has full authority to act for the contractor on all contract matters relating to the performance of this contract. The name of this person or alternate(s), who shall act for the contractor when the responsible person is absent, shall be designated in writing to the contracting office. The responsible person or alternate shall be available to discuss problem areas within one (1) hour during normal duty hours and within two (2) hours after normal duty hours. Normal duty hours for Nellis AFB, NV are 7:30 am to 4:30 pm, Monday through Friday excluding Federal holidays. Clin 0001: Five (5) 12' x 60', single wide modular office units. This unit shall contain two (2) 6' x 12' private offices on each end of the unit. At least two (2) units shall contain shoring to support 100 pound safe. Also, this unit shall have no windows. Clin 0002: Two (2) 24' x 60', double wide modular office unit, open in the middle with two (2) 12'x 12' interior private offices on each end of the unit. The contractor shall install handicap access ramps and 36" wide doors to accommodate wheel chairs. Modular office units shall have a minimum three (3) ton air conditioning and 10 KW auxiliary heat strip, 125 Amp single-phase power panel with 120/208 volt plug-in circuits and 20 A/C electrical plugs per 12'x 60'unit (40 A/C electrical plugs per 24" x 60"). Modular units shall contain appropriate exterior skirting. Contractor shall provide recurring and on-call maintenance for all systems inherent to the basics infrastructure (i.e. plumbing, air conditioning, heat, electrical and the actual structure including windows, doors, seals, roofing, etc.). The contractor shall not be held responsible for damage or alteration of the units caused by or due to government actions. Modular office units shall meet all requirements outlined in the NFPA, UBC, and all other applicable construction and safety codes. Exterior finishes for all modular office units shall be T-111, include skirting, be a neutral color, and have a composition shingled roof. Interior finishes shall be vinyl composition tile flooring, vinyl wrapped gypsum or wood panel walls, and a t-grid drop ceiling. Vinyl flooring shall be neutral color. The contractor shall also provide steps with each exterior door. Government will be responsible for site preparation and utility hook-up. Delivery is FOB destination. The destination address is: Joint Expeditionary Force Equipment (JEFX), Bldg 209, Nellis AFB, NV 89191. The on-site point of contact is Mr. Dave Stokley at (702) 652-7519. The government anticipates award of contract by 11 Jan 02. Delivery: The Contractor shall deliver and complete set-up of office units no later than 15 Feb 02. The Bid Schedule, Attachment 1, Drawings, Attachment 2, Past Performance Reference List, Attachment 3, Offeror Representations and Certifications,Attachment 4 will be released on the Federal Government Electronic Posting Systems EPS) site, http://eps.gov. Any amendments to this synopsis/solicitation will be posted on the EPS site. It is the responsibility of each offeror to monitor this site for the release of amendments (if any). The applicable provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: The provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, price, delivery and past performance considered. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Deviation Offeror Representations and Certifications Commercial Items (OCT 99) and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (NOV 95) with its offer. Clause FAR 52.212-4, Contract Terms and Conditions- Commercial Items, is hereby incorporated by reference, without any addenda. Clause FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is hereby incorporated with an "X" placed in front of the following clauses: (11) FAR 52.222-21, Prohibition of Segregated Facilities; (12) FAR 52.222-26, Equal Opportunity (E.O. 11246); (13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (16) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); (21) FAR 52.225-13 Restrictions on Certain Foreign Purchases; and (25) FAR 52.232-33 Payment by Electronics Funds Transfer- Central Contractor Registration. DFARS 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated with an ?X? placed in front of the following clause: DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). Also, add DFARS 252.204-7004 Required Central Contractor Registration, to be incorporated by reference. Clause FAR 52.217-8, Option to Extend Services, The government may exercise the option by written notice to the Contractor within 30 days. Clause FAR 52.217-9, Option to Extend the Term of the Contract. The government may extend with a written notice to contractor within 15 days. The government must issue a preliminary notice not later than 30 days and the total duration may not exceed 31 Jul 03. Clause FAR 52.323-18, Availability of Funds. A completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the proposal (See attachment4) as well as a Past Performance Reference List (a minimum of 3 references, see attachment 3). Offerors who fail to complete and submit Representations and Certifications and submit a Past Performance Reference List may be considered non-responsive. For solicitations issued after 1 Jun 98, all contractors are required to be registered in the Central Contractor Registration (CCR) database. If your firm is not registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties may submit any questions in writing to the administrator listed below, by US postal service to the address below, fax or email. Quotations and any amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM Tuesday 4 January 2001 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention TSgt Lillian G. Minor. Contact the Contracting Specialist TSgt Lillian G. Minor at (702) 652-5352, FAX NO. (702) 652-9570 or email to Lillian.minor@nellis.af.mil or the Contracting Officer, George D. Dowdey at (702) 652-2099, for information regarding this solicitation.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/ACC/99CONS/F26600-02-Q-A021/listing.htm l)
Record
Loren Data Corp. 20011226/WSOL004.HTM (D-355 SN5158T8)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on December 21, 2001 by Loren Data Corp. -- info@ld.com