Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2006 FBO #1524
SOLICITATION NOTICE

54 -- Executive Restroom Trailer

Notice Date
1/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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
Reference-Number-F3G1BA5349A200
 
Response Due
2/2/2006
 
Archive Date
2/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement, F3G1BA5349A200, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this solicitation is 332311. The size standard for a small business under this NAICS code is 500 employees. This Request for Quotation is being submitted as a 100% Small Business Set-Aside. This is a commercial lease for a self contained 60? modular executive restroom trailer. The lease period is for a basic period of 1 March 2006 ? 28 Febuary 2007 plus 3 option periods (1 March 2007 ? 29 Febuary 2008, 1 March 2008 ? 28 Febuary 2009, 1 March 2009 ? 28 Febuary 2010. Please quote each period separately. The 60? self contained modular executive restroom shall contain the following at a minimum: for WOMEN: 4 private stalls, and 2 sinks with mirrors on wall above them. It shall contain for MEN: 3 private stalls, 4 urinals, and 2 sink with mirror above them. The unit shall include hot water, air conditioning, heating, flush toilets, running water, soap, paper towels, waste paper baskets, dual paper rolls, fluorescent lighting and weekly servicing. See Attachment 1 at the end of the synopsis for additional details. The quote should include the delivery, set-up, maintenace, any appliclable fees, tear down, and return shipping. Brand Name or equal A Company, Inc. 60? Executive Trailer or equal. If submitting ?approved equal? items, product literature must be submitted with the quote. CLIN 0001 ? Lease of Executive restroom, 12 Months, 1 March 2006 ? 28 Feburary 2007; CLIN 0002 ? Cleaning & Restocking weekly, 52 weeks, 1 March 2006 ? 28 Febuary 2007; CLIN 0003 ? Delivery, 1 Lot, will require the use of a crane to put onto site; CLIN 0004 ? Teardown, 1 Lot, will require the use of a crane to take off of site; CLIN 1001 - Lease of Executive restroom, 12 Months, 1 March 2007 ? 29 Feburary 2008; CLIN 1002 ? Cleaning & Restocking weekly, 52 weeks, 1 March 2007 ? 29 Febuary 2008; CLIN 2001 - Lease of Executive restroom, 12 Months, 1 March 2008 ? 28 Feburary 2009; CLIN 2002 ? Cleaning & Restocking weekly, 52 weeks, 1 March 2008 ? 28 Febuary 2009; CLIN 3001 - Lease of Executive restroom, 12 Months, 1 March 2009 ? 28 Feburary 2010; CLIN 3002 ? Cleaning & Restocking weekly, 52 weeks, 1 March 2009 ? 28 Febuary 2010; Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: 1) Technical Description, 2) Price, and 3) delivery schedule are listed in order of priority of evaluation factors. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52,217-8 , Option to Extend Service; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:30 p.m., Pacific Daylight Time, on 2 Febuary 2006. Electronic quotes are acceptable. Fax the quote (including the Reps and Certs) to TSgt Matthew Hughes at (702) 652-8463 or e-mail at matthew.hughes@nellis.af.mil. Attachment 1: STATEMENT OF WORK LEASE/MAINTENANCE OF MODULAR EXECUTIVE RESTROOM TRAILER 1.0 SCOPE OF WORK: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary for the lease and maintenance of one each modular Executive Restroom Trailer unit as defined in this Statement of Work. The trailer will be located in the walled-in compound behind the 98th Range Wing, Building 200, at Nellis AFB Nevada 89191. 2.0 CONTRACTOR PERSONNEL: The contractor shall provide the name of 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 1 hour during normal duty hours and within 2 hours after normal duty hours. Normal duty hours for Nellis Air Force Base are 7:00am to 4:00pm, Monday through Friday excluding Federal Holidays. 3.0 SPECIFIC TASKS: 3.1. Provide one (1) each 12?X60? self contained, single wide, modular Executive Restroom Trailer. This unit shall contain for WOMEN: at least 4 private stalls, and 2 sinks with mirrors on the wall above them. It shall contain for MEN: as a minimum 3 private stalls, 4 urinals, and 2 sinks with mirrors on the wall above them. The unit shall include hot water, air conditioning, heating, flush toilets, running water, soap, paper towels, waste paper baskets, dual paper rolls, fluorescent lighting electric hot air driers and weekly servicing. 3.2. The modular unit shall have an air conditioning and heating unit that is capable of operating off of 110V electricity. Interiors shall be cleaned and restocked at least once weekly. More frequest service shall be provided as requested by the QAE. The Contracting Officer will provide at least 5-day notice request to change the service interval to the contractor. This requirement will be for a one-year basic period beginning 1 MARCH 2006 through 28 FEBUARY 2007, and 3 options periods (1 March 2007 ? 29 Febuary 2008, 1 March 2008 ? 28 Febuary 2009, 1 March 2009 ? 28 Febuary 2010). 3.2. The contractor shall remove the modular unit within ten (10) working days of expiration of the lease period or upon notification from the 99th Contracting Squadron/LGCB. 4.0 GENERAL INFORMATION: 4.1. All modular units shall remain setup inside the walled-in compound in front of building 9501, and 9502 at Nellis Air Force Base, Nevada. Period of performance will be for one-year. This requirement will be for a one-year basic period beginning 1 MARCH 2006 through 28 FEBUARY 2007, and 3 options periods (1 March 2007 ? 29 Febuary 2008, 1 March 2008 ? 28 Febuary 2009, 1 March 2009 ? 28 Febuary 2010). 4.2. All modular units shall have approved electrical air conditioning/heating systems, 125 amp single phase power panel with 120/208 volt plug-in circuit breakers 4.4. The contractor shall provide recurring and on-call maintenance for all systems inherent to the basic 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. 4.5. Modular units shall meet all requirements outlined in the NFPA, UBC, and all other applicable construction and safety codes. The contractor shall also provide steps with each exterior door and skirting (if applicable).
 
Place of Performance
Address: Behind Bldg 200, Nellis AFB NV
Zip Code: 89191
 
Record
SN00973598-W 20060128/060126211955 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.