Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

23 -- RFP HSBP1005R0516 Ajo Metal Mobile Storage Units

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
HSBP1005R0516
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 3 Each, Metal Mobile Storage Units 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. The solicitation number is HSBP1005R0516 and this solicitation is issued as a request for quote. The Closing Date and Time for this solicitation is August 22, 2005 at 4:30 PM Arizona Time. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents and to review the full copy solicitation. This requirement is solicited as a Small Business Set-aside. The NAICS code is 333924 with a size standard of 750 employees. Contractors are still required to identify their company's business size even though unrestricted via their representations and certifications. The description of the requirement for each of the three (3) metal mobile storage units are located in the Statement of Work. Services performed are for: Customs and Border Protection; Ajo Border Patrol Station; 850 N. Highway 85, Why, AZ 85321. Provisions at 52.212-1 Instructions to Offerors-Commercial and 52.212-2 Evaluation-Commercial Items (Jan 1999) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors along with the price shall be used to evaluate offers: 1) Quality of Service 2) Timeliness of Performance 3) Business Relations. Each quote will be evaluated independently. No mergers of solicitations will be accepted. Contact the contract specialist shown below for a complete copy of this solicitation. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items should be submitted with the Contractor's responses/quotes. Clause 52.212-4 Contract Terms and conditions-Commercial Items and clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation. 52.211-5 Material Requirements. These provisions and clauses are incorporated by reference. Only complete offers returned will be accepted. Information regarding this solicitation shall be directed to Tracy Kuiper, Tracy.Kuiper@dhs.gov Phone 520-670-6871 extension 2313. Email preferred, full solicitation and Statement of Work will be sent by email. Outstanding Proposals are due by 4:30 PM Arizona Time on August 22, 2005. Facsimile Proposals 52.215-5 are acceptable, fax to 520-883-0628, Attn: Tracy Kuiper. All submitted proposals shall be by facsimile or E-mail to: Tracy.Kuiper@dhs.gov. Place of Performance: Pima County; Ajo, AZ The contract awardee will successfully offer 3 trailers according to the below Statement of Work for Ajo Border Patrol Station. STATEMENT OF WORK Bates Well Camp Facilities BUREAU OF CUSTOMS AND BORDER PROTECTION U.S. BORDER PATROL AJO Station 850 N. Highway 85, Why Arizona 85321 SCOPE OF WORK: The Ajo Border Station operates several camps in the remote desert area. Bates Well is located west of Highway 85 on the Organ Pipe Cactus National Monument. A facility needs to be constructed to allow field agents to live in the desert during deployment to this area. All necessities required for a one week stay by 4-8 agents needs to be provided. Units need to be able to be secured while agents are in the field and/or when the facility is not in use. Units need to be able to be relocated depending on workload demands. 1.0 Shell 1.1 The CONTRACTOR shall provide three 3 ?Connex? style modular buildings to be used as dormitory, kitchen/common area and shower facilities. 1.2. The construction of all three buildings shall be on a 4 inch bottom rail, measurements will be 8 feet wide by 20 feet long. It shall be made of at least 10 gauge galvanized steel. 1.3 Flooring construction of all three buildings shall be 4 inch pan using at least 16 gauge galvanized 16 inches on center. Covering that will be at least 1 and 1/8 inch tongue and groove plywood. 1.4 The wall panels construction of all three buildings shall be 4 inch stud walls 16 inch on center, with 16 gauge galvanized panels. 1.5 The roof construction of all three buildings shall be 4 inch rafters 16 inch on center, sloped roof made of at least 18 gauge galvanized steel with welded seams. Top outer rail shall be 4 inches made of at least 10 gauge galvanized metal 1.6 The bulkhead construction of all three buildings shall be constructed of 4 inch stud galvanized steel wall panels. 1.7 The corner connectors of all three buildings shall zinc plated and bottom mounted. 1.8 The exterior on all three buildings shall be painted to last in desert heat for no less than 10 years. Color will be a desert beige color to blend in with the desert surroundings as much as possible. Roof will have a beige or white tinted elastomeric roof coating with at least a 20 year life. 1.9 Doors on all three buildings shall be made of 16 gauge galvanized metal with a three point locking feature (top, bottom and secure/hidden hinges) and be able to be locked using one lock. The locking enclosure shall constructed so as to prevent being able to be cut by bolt cutters. All doorways shall be constructed so as to be sealed up against dust and insects as much as possible. 1.10 One window 3 foot by 3 foot shall be provided in the kitchen/common area building. The window shall have a metal shutter to protect it during storms and times when no agent is available at the camp to secure it from vandalism. 2.0 Electrical and Wiring 2.1 The CONTACTOR shall provide one exterior J-box on each of the three buildings, with conduit stub out and it shall be surface mounted 2.2 All buildings shall be wired to National Electric Code standards. 2.3 The CONTRACTOR shall provide at least a 125 amp panel with main breaker on each building. Shower and kitchen units shall have GFI outlets as called for in wet areas. Kitchen shall be wired for microwave oven, refrigerator, freezer, satellite receiver, television and other small appliances. 2.4 Lighting in all three buildings shall be at least 2 -4 foot florescent light fixtures with defused lens covers. 2.5 Kitchen/common area building area shall be wired with RG-6 coaxial cable for the television/satellite receiver. 3.0 HVAC 3.1 The CONTRACTOR shall install a 2 ton vertical mounted air conditioning/heating unit. The unit shall be single-phased and come with a deluxe thermostat. 4.0 Insulation 4.1 The insulation on all exterior walls, ceilings and floors shall be insulated to a R-19 rating. 5.0 Interior Finish 5.1 Interiors on all ceilings and wall surfaces shall be finished with1/2 inch dry wall with no texture. All interior surfaces shall be primed and then painted with interior Navajo white colored paint. 5.2 In all wet areas moisture resistant ? dry wall shall be substituted for ? inch dry wall requirement. 5.3 In the kitchen/common building cabinets need to be installed to accommodate food supplies and a dual stainless steel sink. CONTRACTOR shall install dual stainless steel sink and all plumbing to accommodate. Counter space needs to be able to accommodate a microwave oven. A television cabinet needs to be provided for a 36 inch television in the common area of this building. 5.4 In the dormitory building 5-floor to ceiling two drawer wardrobe closets need to be provided. These closets shall be able to hang uniforms and have a hinged door. These will be spaced between the 5 twin sized beds. 5.5 In the shower building, two shower stall packages shall be installed. Shower stalls will be partitioned off and have privacy doors installed. All plumbing shall be provided as needed. Ventilation for this area needs to be provided. 5.6 In the shower building full length lockers shall be installed. Lockers need to be at least 18 inches wide and 12 inches deep with at least one shelf. Lockers provided shall have securable doors. The CONTRACTOR shall provide three dressing benches for this area. 5.7 The CONTRACTOR shall provide space in the shower building for Government owned and furnished propane burning toilets. This also shall be partitioned off and ventilated. Propane connections for the toilets shall be available in this area. 5.8 Finished flooring in all three building Shall be at least 1/8 inch vinyl flooring. 6.0 Plumbing 6.1 All fixtures and plumbing to be provided by CONTRACTOR for hooking up kitchen, shower and bathroom fixture to both fresh water and gray water systems. All plumbing shall be run to a connection point and terminated with recreational vehicle style connections. 6.2 CONTRACTOR shall install at least a 30 gallon propane water heater in the shower building. A connection shall be provided to the kitchen/ common area building for the sink. 6.3 All gas lines are to be installed with an recreational vehicle style connection. A portable 100-pound propane cylinder shall be installed on or in the shower building as allowed by code. 7.0 Furnishings 7.1 The dormitory building shall have at least 5 twin size beds complete with mattress box springs and frame. Beds will be secured so as not to move during transportation of building from one location to another. Wardrobe closets as specified previously in this document will be provide by the CONTRACTOR 7.2 In the kitchen/common area CONTRACTOR shall provide at least a 36 inch television. Building shall be complete with propane cooking range/oven. Table and seating for four people shall be included in this building. A couch and 2 recliners shall be provided for in the kitchen/common area building. Kitchen/common area shall be complete with 27 cubic foot side by side refrigerator/freezer and a commercial grade microwave oven. Other Information The buildings need to be able to be transported across rough desert roads. At least two axles per building shall be provided along with towing package, such as lights, hitch and safety equipment. The CONTRACTOR shall provide the first set up of the three buildings and will be required to have all the ancillary equipment and supplies to accomplish this task, such as steps, trailer jacks, hose connections, gray water sewer connection to government provided septic system. This is designed to be a ?turn key project? so all materials, permits and other miscellaneous items need to be taken care of by the CONTRACTOR so that the government can begin to operate this camp on the day of delivery. The CONTRACTOR shall furnish all personnel, labor, paint, equipment, materials, supplies, travel, etc. necessary to complete the work required under this delivery order. All work will be completed within 90 days of the day the contract is signed. The CONTRACTOR shall be responsible for the professional quality, technical accuracy, and coordination of all services required under this delivery order. The CONTRACTOR shall be responsible that their employees strictly observe the laws of the United States or other governing body affecting all operations at all sites. This shall include regulations imposed by the Customs and Border Protection, Organ Pipe National Monument and Border Patrol. No undocumented workers will be allowed to work on Government jobs. The CONTRACTOR shall comply with all applicable laws under which they are operating including those concerning the inspection and operation of equipment, and the licensing of architects, engineers, land surveyors, mechanics and other personnel required under this delivery order. The CONTRACTOR shall initiate no publicity concerning this work and shall direct all inquiries to the Contracting Officer?s Technical Representative (COTR). Neither the CONTRACTOR nor his/her representatives shall release any material of any nature obtained or prepared under this delivery order without the specific written approval of the COTR. The CONTRACTOR shall not be restricted in any way from releasing information in response to a subpoena, court order or legal process, but shall notify the COTR of the demand for information before the CONTRACTOR responds to such demand. Government Rights All materials, data and other work developed in the performance of this delivery order shall be and remain the sole property of the Government and may be used by the Government in any other work without additional compensation to the CONTRACTOR. The CONTRACTOR agrees not to assert any rights and not to establish any claim with respect thereto. Safety Activities must be coordinated with the station point of contact and/or the COTR, to insure the work being done will have little impact on the operation of the facility. The CONTRACTOR shall at all times conduct all operations in a safe manner and in accordance with safety plans. The CONTRACTOR shall comply with all applicable portions of the latest Occupational Safety and Health Administration standards. Clean Up The contractor shall be responsible for daily clean up of construction materials. All construction materials shall be disposed of by the contractor off of the government facility.
 
Place of Performance
Address: Why, AZ 85321
Zip Code: 85321
Country: United States
 
Record
SN00863030-W 20050807/050805211520 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.