Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SPECIAL NOTICE

54 -- Corrected SOW FA4861-07-Q-B012

Notice Date
9/10/2007
 
Notice Type
Special 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4861-07-Q-B012
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
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, FA4861-07-Q-B011, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The NAICS for this solicitation is 332311. The size standard for a small business under this NAICS code is 500 people. This is an unrestricted solicitation. This is a commercial Lease for one (1) modular trailer; 12? X 56?. The trailer will be delivered to Creech AFB NV 89018. The lease period is for a basic period of 1 November 2007 through 31 October 2008 plus 4 option periods (1 November 2008 through 31 October 2009, 1 November through 31 October 2010, 1 November 2010 through 31 October 2011, and 1 November 2011 through 31 October 2012). The trailer shall be in place by 1 November 2007. PLEASE QUOTE EACH PERIOD SEPERATELY. See the Statement of Work at the end of the synopsis for details. The quote shall include the delivery, set-up, maintenance, any applicable fees, tear down, and return shipping. NOTE: THIS SHALL BE A FIRM FIXED PRICE CONTRACT. Quotes shall be in the following format: price for each lease year (including the stairs and skirting) independently (monthly price and extended price). And a total/overall price for the base plus the 4 option periods. Award Basis: Best Value. The following factors shall be used to evaluate the offer: meeting salient characteristics as listed in the Statement of Work, price, and meeting the delivery time. 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. 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, 52.219-28 Small Business Size Representation, and 52.223-4, Recovered Material Certification. 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 52.222-3, 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, Veterans of the Vietnam Era, and Other Eligible 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 52.223-4, Recovered Material Certification; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3 Protest After Award; DFAR 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DEFAR 252.204-7004, Required Central Contractor Registration; DFAR 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; DFAR 252.232-7003, Electronic Submission of Payment Requests; AFFAR 5352.201-9101, Ombudsman. 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 Standard Time, on 13 September 2007. Electronic quotes are acceptable. Fax the quote (including Reps and Certs) to Sandy Holleran at (702) 652-5405 or e-mail to sandy.holleran@nellis.af.mil. STATEMENT OF WORK LEASE OF MODULAR 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 12?x56? trailer as defined in this Statement of Work. The trailer will be at Creech AFB Nevada 89018. 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 Creech Air Force Base are 7:30am to 4:30pm, Monday through Friday excluding Federal Holidays. 3.0 SPECIFIC TASKS: 3.1. Lease of one TAN or WHITE modular trailer for a basic year plus 4 option periods, with an option to extend for six (6) months. Leaser shall provide all personnel, equipment, tools, material, supervision and other items necessary to lease and maintain these trailers after they are in place and set up. The trailers will meet and be equipped with the following minimum requirements: - 12? x 56? trailer - One 12?x 36? office and two 12?x10? offices on either end - Power outlets in all sections - Three (3) doors total. One (1) door for each section of the trailer that open outward. - Grate skirting around trailer - Structural support for one (1) 500lb safe per trailer - Windows with protected bars for security - Cipher Locks on all exterior doors - HVAC units with ducting in each section - Power conduit to support positional power requirements - Stair access for external doors - Three (3) phone jacks in each 12?x10?office and tool area of trailer - Four (4) phone jacks in 12?x 36?office area of trailer - Ability to penetrate the floor(s) for power hook-ups - (2) 4? round holes cut into the side of each trailer to run communication cabling (a) Herein the Leasee is known as the Government and the Leaser shall be known as the Contractor. (b) Lease rates shall include delivery to and pickup from Creech AFB, NV. (c) The Government will be responsible for liability coverage and any damage to the trailer as a result of any Government negligence. (d) The Contractor is responsible for any routine or preventative maintenance and repairs in accordance with the manufacturer?s maintenance schedule service plan. The factory warranty will apply. The contractor will provide copies of factory warranties upon delivery. (e) The Leaser must be made aware of any scheduled maintenance at least 24 hours in advance. (f) Prior to acceptance of the trailers and again prior to pick-up at the termination of the lease period, a representative from the Contractor and the Government will inspect each trailer. All discrepancies shall be identified, compiled into one written document, signed by the inspecting parties and provided to the Contracting Officer for Government acceptance/release. (g) Trailer must be in good condition. 3.2 . The modular unit shall have an air conditioning and heating unit that is capable of operating off of 110 volts AC . 3.3 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. The trailer shall remain setup at Creech Air Force Base, Nevada. Period of performance will be for five-years. This requirement will begin 1 November 2007 through 31 October 2008. The 4 option periods will be : 1 November 2008 through 31 October 2009; 1 November 2009 through 31 October 2010; 1 November 2010 through 31 October 2011, and 1 November 2011 through 31 October 2012. 4.2. The trailer 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. The trailer 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: Creech AFB NV
Zip Code: 89018
Country: UNITED STATES
 
Record
SN01400840-W 20070912/070910220651 (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.