Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

X -- Lease of Modular Units for Naval Base Kitsap, Public Works Department

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, PWD Kitsap Bangor, FEAD, 1009 Skate Street, Silverdale, WA, 98315-1009
 
ZIP Code
98315-1009
 
Solicitation Number
N44255-06-T-7100
 
Response Due
9/22/2006
 
Archive Date
10/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This requirement is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The NAICS code for this solicitation is 321992. The size standard for a small business under this NAICS code is one who employees 500 or fewer employees. This Request for Quote is being submitted as a restricted solicitation open to small business. This is a synopsis for commercial item procurement for leasing, delivery, installation, teardown and return of a Modular Facility suitable for housing the Public Works Department - Kitsap at Naval Base Kitsap ? Bangor (NBK - Bangor), in Silverdale, Washington. The work includes all tools, labor, equipment, materials, transportation, and supervision to deliver and install leased modular/mobile facilities to be used for housing the Public Works Department - Kitsap. The modular facilities will be required for a period of one year, with two, one year option periods. The total price shall include costs for securing the modular/mobile facilities to meet State and local codes regarding storm force winds, and the removal and transportation of the modular/mobile facilities upon completion of the lease. Modular installation shall include the office furniture as identified in this solicitation. Site visit information. One time site visit will be held at 10:00 A.M. Wednesday Sept 13, 2006. All personnel attending the site visit must have picture ID and be US citizens. Perspective quoters will be met at 9:45 A.M., at the main gate, Pass and ID and transported to the site. You are requested to submit a list of attendees 24 hours in advance. To Janet Olson, janet.olson@navy.com Project Scope ALL ITEMS INCLUDED IN THE WORK DESCRIPTION SHALL BE COMPLETED WITHIN SEVENTY DAYS FROM AWARD OF CONTRACT. Provide modular/mobile facilities to house the Public Works Department ? Kitsap at NBK - Bangor. The site is located south of Skate Street adjacent to the west side of Building 1006. The grid coordinates are CC-N26000 and 14-E1181000. The facility shall be located a minimum of 50 feet from the existing stream bed that is west of the building site. The total square footage shall be a minimum of 14,000 square feet. Multiple units, not one, but two or three are to be provided to meet the size requirement as long as the interior space of the total facility is contiguous. There will be no more than 50 personnel in any modular unit. The interior shall be configured to include conference rooms, storage rooms, and private offices for 14 people, and work spaces for 71 people. The work includes setting up the modular units; performing civil, structural, mechanical, and electrical, fire sprinkler, fire alarm work, and the connection of utilities. General Conditions The Contractor shall perform all work in accordance with accepted industry standards and safety procedures and National Electrical Code (NEC) requirements. The Contractor shall schedule the work to cause the least amount of interference with station operations. Disposal of any material resulting from demolition shall be in accordance with applicable NBK - Bangor environmental regulations, including the submission of all documentation (waste designation tables, WIS sheets, etc.). A burn permit is required when the work requires application of heat or spark producing devices or drilling, grinding, burning, soldering, brazing, welding, or other operations using an open flame. Burn permits shall be requested from the Contracting Officer a minimum of 14 calendar days prior to the time that the work requiring the permit is to start. Access to NBK - Bangor is limited to cleared personnel and vehicles. Cleared personnel require picture identification and must be U. S. citizens. Furnish the Contracting Officer with a list identifying personnel and vehicles requiring access. Scheduled station operational requirements may deny the Contractor and Contractor personnel access to the site. The Contractor will be given 24 hours notice of work interruptions due to scheduled operational requirements. Code and Design Criteria that must be followed includes all applicable Federal, State and local codes and regulations, including but not limited to the current Washington State Energy Code. Project shall conform to the criteria set forth in NAVFAC specification 01560 ?Temporary Environmental Controls.? In addition, the project site must not encroach closer than 50 feet from the seasonal stream to the west, and create no new impervious surfaces. NMCI employees/contractors will be executing the Inside Plan (ISP) of the IT requirement. Coordination with these personnel is required. Government Technical point of contact is Ken Esser 396-4770 Government Project Manager is Steve Erickson, 396-4770 Submittals These documents are submittals and require within 10 work days after award of contact and approved by the Government. Drawings, Asbilts 10 days after acceptance of project completion. Floor Plan Site Plan ? Point connection for water, sewer electrical. Furniture layout An Accident Prevention Plan (APP) in accordance with the Army Corps of Engineers Safety manual EM 385-1-1 shall be prepared and submitted for review and approval no later than 10 days after contract award. Environmental Plan per specification 01560 Fire Protection Plan Shop Drawings Site Work Site work construction shall include site preparation, subsurface investigation, selective demolition, earthwork, utility services, drainage and containment, bases, ballasts, pavement/appurtenances, planting, and flexible pavement surfacing recovery. Structural Position modular units as shown on the attached sketch, see for details, and the exact location. Minor sub grade preparation work may be required. Perform initial set up, including the skirting and ADA ramps, all per NEC, UPC, UBC, and UMC national codes. Seismically restrain the modular/mobile facilities per Washington State Code. Civil Connect sewer, potable water, and sprinkler main piping to the modular units from the existing pipes per code. Install foil backed identification tape in the trench above the pipe. Exposed piping shall be galvanized or type L copper piping; install heat tape on exposed piping. Connect to the existing water piping. Install foil backed identification tape in the trench above the pipe. Sprinkler main piping shall be installed per code using appropiate pipe, thrust blocks and identification. Backfill, compact, and seed or re-asphalt the disturbed areas as appropriate to match the surrounding surface. Test new piping systems for leaks and repair any that are found. Electrical Install electrical service to modular unit/units, at the existing location electrical service is available consisting of a 75KVA, 12470Y-208/120v 3phase oil filled transformer. If the modular load requirement exceeds to existing 75KVA transformer, the government shall be informed ASAP immediately to provide a 150 or 750 KVA replacement transformer. (If required) Disconnect and remove existing 75kva 15kv oil-fill transformer. Turn over used transformer to Bangor High-Voltage crew. Enlarge existing transformer pad (if required) to install replacement transformer. Provide and install KWH meters on the transformer. Depending on the number of modular units perform the following. Install a 240v 3phase NEMA-3R fused disconnect switch on unistrut next to the transformer. Dig trenching for conduits. Drill holes on transformer secondary side for conduits. Place conduits in trench from the new safety switch to service entrance at the modular unit. Lay caution tape and backfill & tamp trench. Pull-in conductors (3 hot phase 1 neutral & 1/0 ground). Install two 5/8? x 10ft ground rods per modular unit. Exterior communication lines will be installed by others. I.T. Site Work The contractor shall install the Outside Plan (OSP) of the IT requirements, generating from Building 1034 to the site of the Modular Facilities. This run is approximately 1300 ft. The section below describes the specific OSP required standards per NMCI. GENERAL REQUIREMENTS Fiber OSP for the proposed trailers will need to be: ?X Single Mode (SM) 12 strand Outside Plant (OSP) cable. ?X Terminations: Bldg 1034 Rm. M-01 in the NMCI cabinet using Industry Standard Rackmount Interconnect (RIC) and SM Snap Click (SC) terminations. ?X OSP fiber will be terminated in the NMCI Closet in the new structure using same standard. ?X Approximate length of OSP run is 1300 ft through existing conduit and 220 ft direct bury. LABELING OSP CABLE SPLICE LABELS (The Main cable should be numbered and subsequent cables should be labeled with the main number, with the addition of A, B, C, etc. Example: A 24-fiber cable exiting core building ?A? to distribution buildings ?01? and ?02? by being spliced in a manhole/maintenance hole (MH) into two (2) 12-fiber cables: NMCI-Zone A-001 coreA/distr01, 1-12 SM coreA/distr02, 13-24 SM After the splice, the cable labels shall be as follows: NMCI-Zone A-001A and NMCI-Zone A-001B coreA/distr01, 1-12 SM coreA/distr02, 13-24 SM OSP CABLE LABEL: Distribution to Access All OSP fiber cables shall be labeled at both ends and wherever visible (i.e. entrance/exit points of HH/MH/PBB). The following example is for a 24-strand singlemode cable from Building ?DISTRIBUTION? to Building ?ACCESS?: There are three (3) lines of information as follows: NMCI-XXXX-nnn ?From? Building #-Room # / ?To? Building #-Room # Strand count ? fiber type OSP Wire Run Records Examples GENERAL DYNAMICS NETWORK SYSTEMS WIRE RUN LIST/?Base Name?-?From Bldg/To Bldg Cable Number Core Bldg. # Distribution Bldg. # Design Strands Std Strands Distance Notes NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 NMCI-XXXXX-XXX 0 0 0 24 0 Backbone subtotal 0 Cable Number Distribution Bldg. # Access Bldg. # Design Strands Std Strands Distance Notes NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 NMCI-XXXXX-XXX 0 0 0 12 0 Access subtotal 0 NMCI employees/contractors will be executing the Inside Plan (ISP) of the IT requirement. Coordination with these personnel is required. Facility Work Architectural/Functional Installation shall include all aspects necessary to complete the entire project and provide a turn-key facility. The modular/mobile facilities shall include two conference rooms (one each per every 7,000 SF) of approximately 400 SF each. The modular/mobile facilities shall include at a minimum 14 private office spaces of approximately 130 SF each. The modular/mobile facilities shall include two storage closets or rooms (one each per every 7,000 SF) at a minimum of 100 SF each. The modular unit shall include one room approximately 10? x 10? for NMCI and telephone support. Room shall have a HVAC supply and return diffusers. The modular/mobile facilities shall have adequate numbers of screened operable windows to provide natural ventilation and emergency egress. Doors and windows shall have metal mini blinds. The modular/mobile facilities shall have regular locks for all doors; locks shall be compatible with the Best locking system. Doors shall have hinges with pins that can not be removed when door is in the closed position. Restroom facilities shall be provided at a minimum of one men?s and one women?s restroom per each 7,000 SF or one men?s and one women?s restroom per unit if multiple units are used. Each restroom shall have handicap facilities and a minimum of three water closets per restroom for women and two water closets and two urinals per restroom for men. Coffee messes shall be provided at a rate of one per each 7,000 SF or one per unit if multiple units are provided. Each coffee mess location shall have sufficient power to support a refrigerator, two microwaves, one toaster, and one coffee pot. The kitchen equipment is not included in this contract. On site carpentry shall be included. Finish carpentry shall be included for completion of the interior and exterior trims of the modular/mobile facilities. Americans with Disability Act (ADA) compliant wood decks, steps, and ramps shall be provided. Mechanical The modular/mobile facilities shall have electric heating, ventilation, and air conditioning (HVAC). The HVAC systems shall be capable of maintaining an inside temperature of 70 degrees F. Electrical Install electrical 3 dedicated circuits 20 amp 220VAC for the I.T. and telephone room. The modular/mobile facilities shall have T-8 fluorescent lighting of sufficient office use intensity with light diffusers installed. The modular/mobile facilities shall have a quantity of outlets adequate to support an office environment in accordance with the NEC. The modular/mobile facilities shall be wired for 120/208 VAC three-phase power per the NEC. The electrical panel requires a 400 amp service. Provide interior electrical wiring to power the 71 modular workstations and 14 private office spaces. Also to include fax, printer machines described below. Provide two data and two communication lines per station. The installation shall be in accordance with NMCI (Navy Marine Corps Intranet) specifications. Data cable shall be Category 5E. Provide 10 analog lines for fax machines evenly distributed throughout the facility. The interior communication lines shall be installed by the vendor per Sprints specifications Fire Protection and Life Safety The modular/mobile facilities shall comply with the requirements of the current editions of UFC 1-200-01, UFC 3-600-01, and the requirements of the criteria referenced therein, including, but not limited to, the 2003 International Building Code, NFPA 101 Life Safety Code (2006 edition), NFPA 70 National Electrical Code (2005 edition), NFPA 13 Installation of Fire Sprinklers (2002 edition), and NFPA 72 National Fire Alarm Code (2002 edition). The NAVFAC Northwest Fire Protection Engineers are the Authority Having Jurisdiction for the interpretation of these criteria. The Puget Sound Federal Fire Department is the Authority Having Jurisdiction for fire prevention during the modular/mobile facilities installation, including, but not limited to, hot work permits and fire extinguisher regulation. A fire suppression system and a fire alarm system are required. Interior Furnishings Furniture shall be modern, like new, best quality condition. Provide modular office furniture to create 71 work stations and case goods for 14 private offices. Furniture shall also include conference tables and chairs to accommodate 1530 people per conference room. The 71 workstations shall be a minimum of 64 SF in size. Each station shall have at a minimum 65? high fabric privacy panels (one powered), 16 LF of 30? deep work surface attached to panels (with corner work surface), one 45? overhead storage bin, one 45? overhead shelf, one articulating keyboard tray with mouse tray, two electrical duplex receptacles, two 30? pedestals (box file, one two drawer and one three drawer) or one lateral file with equivalent file capacity, one pencil drawer, one task light and one ergonomic task chair with arms. The specifications for the modular furniture are the minimum requirements. The case goods for the 14 offices shall be executive furniture and have at a minimum one 3? x 5? desk, one credenza, and one ergonomic task chair with arms, one 3? x 5? bookcase, two guest chairs, and a two drawer lateral file cabinet 4? x 30?. Provide the modular furniture for a minimum time period of 12 months with two option periods for an option for 12 additional months each to coincide with the facility time periods. Contract Administration Work A Project Manager shall be provided to oversee the manufacturing and installation process. The Contractor shall provide temporary construction items such as toilet facilities, barriers, and dumpsters for disposal as required. Proposal Requirements Quotes shall be submitted in accordance with FAR 52.212-1(b). Quote shall consist of price proposal and past performance information. For past performance information contractor shall provide contract number, contract amount, brief description, and POC (name and phone number) for two or more similar units delivered within the past three (3) years. Price Proposal should be in the following format; price for each line item as follows: CLIN 0001 - Monthly Lease, Base Year - 12 Months @ $ ___________month CLIN 0002 ? Delivery, set up and anchor, skirting, and handicap accessible ramp for each unit ? 1 LOT $__________________ CLIN 0003 ? Breakdown & removal ? 1 LOT $________________ CLIN 0004 ? Monthly Lease, Option Year One ? 12 Months @ $_________month. CLIN 0005 ? Monthly Lease, Option Year Two ? 12 Months @ $_________month. Delivery: 70 (seventy) calendar days after award of contract award. Offerors shall submit with their offer a completed copy of FAR provisions 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. Award Basis: Award will be based on price and past performance evaluation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. 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, Evaluation of Options; FAR 52.217-9, Option to extend the Term of the Contract; 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, 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 Statues 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 or www.arnet.gov/far. Proposals are due on or before Friday, 22 September 2006, 2:00 p.m., Pacific Time. Quotes shall be submitted to NAVFAC NW, PWD, Facilities Engineering and Acquisiiton Div, ATTN: Janet Olson Room 316, 1101 Tautog Circle, Suite 203, Silverdale, WA 98315-1101. Pre-proposal inquires should be address to Janet Olson at the above adress, email janet.olson@navy.mil or phone (360) 396-4184.
 
Place of Performance
Address: Naval Base Kitsap - Bangor, Silverdale, Washington
Zip Code: 98315-1101
Country: UNITED STATES
 
Record
SN01138101-W 20060910/060908221512 (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.