SOLICITATION NOTICE
W -- HEATERS, GENERATORS, AND LIGHT TOWERS
- Notice Date
- 3/6/2008
- Notice Type
- Solicitation Notice
- NAICS
- 335211
— Electric Housewares and Household Fan Manufacturing
- Contracting Office
- ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
- ZIP Code
- 92310-5095
- Solicitation Number
- M20310-08-T-0001
- Response Due
- 4/6/2008
- Archive Date
- 6/5/2008
- Point of Contact
- DONNA PROCTOR, 760-380-5013
- E-Mail Address
-
Email your questions to ACA, Fort Irwin
(donna.proctor@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 acquisition is for a small business set-aside. This solicitation is for 3 separate units. Ensure you quote on all eight clins if possible. This solicitation number M20310-08-T-0001 is being issued as a Request for Quotation, RFQ, The National Training Center, NTC Acquisition Command, Fort Irwin, CA, intends to issue multiple awards, to offeror who demonstrates the capability to provide service for the requirement. **SEPARAT E ORDERS WILL BE PLACED SINCE THIS COMBINED REQUIREMENT IS FOR THREE SEPARATE UNITS. ANTICIPATE AWARDING TO ONE CONTRACTOR, BUT SEPARATE CONTRACTORS ARE A POSSIBILITY BASED ON PRICE AND THE ABILITY TO MEET SCHEDULES.** SPECIAL FORCES 3/7 CLIN 000 1- Heaters for Five 7200 sqft billeting tents and Two 600sqft toc tent CLIN 0002- Generators to power CLIN 0001 for duration of POP CLIN 0003- 60 kw Generators 2 ea CLIN 0004- Light Towers 12 ea 4 required at FOB RENO March 7, 2008 Location: E xact locations to be determined at time of awar except for thos already identified herein. POP: 7 Mar 08 25 Mar 08 RENOS DATES Service: Rental of Space Heaters and generators for the interior of (5) 7200 sqft tents. (Locations to be determined at time of award). (1) TOC 20x30 tent at FOB RENO and (1) TOC 20x30 at FOB SEATTLE. Quantity of heaters shall be determined by the contractor and should be of a sufficient quantity capable of heating and maintaining each tent to 70 degree (F) temperature . Price shall include delivery, set-up, and removal of heaters and generators on the last POP day. Contractor will be delivering the heaters and generators to the designated locations to be determined for initial inspection and accountability. Contracto r shall ensure equipment is serviceable and ready for use on the first POP day. Contractor shall provide all necessary power distribution cords to connect heaters to generator(s). Contractor shall ensure generators are set up and meet all FT Irwin safet y standards and run off JP8 FUEL. CLIN 0004 is for the rental of Light Towers. Price shall include delivery, set-up, and removal of Light Towers and related equipment on the last POP day. Light towers must be able to operate on JP8 FUEL. Contractor sh all deliver the Light Towers to the MCC yard for initial inspection and accountability and relocate to FOB RENO. Contractor shall include in his bid four separately priced CLINs, one for heaters, one for heater power generation, one for (2) 60kw generator at locations to be determined, and one for (12) light towers located at various location, most important is 4 at FOB RENO March 7, 2008. Contractor shall provide repair and / or replacement services for the leased equipment within 6 hours. Any repairs o r replacements for the leased equipment not serviced within 24 hrs will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contractin g Officer will notify Contractor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. 15 MARINE EXPEDITIONARY UNIT CLIN 0005: Heaters for 17 each 7200 sqft tents CLIN 0006 : Generators to power CLIN 0005 Location: FOB RUBA POP: 7 Mar 08 22 Mar 08 Marine Systems Operations Command (MARSOC) CLIN 0007: 1 each Generator 60kw Location: Outside FOB RUBA at SOF Domes POP: 9 Mar 08 27 Mar 08 CLIN 0008: 1 each Generator 60kw Location: FOB KING for a Foam tent POP: 10 Mar 08 27 Mar 08 Service: Rental of Space Heaters and gener ators for the interior of (17) 7200 sqft tents at FOB RUBA. Quantity of heaters shall be determined by the contractor and should be of a sufficient quantity capable of heating and maintaining each tent to 70 degree (F) temperature. Price shall include de livery, set-up, and removal of heaters and generators on the last POP day. Contractor will be delivering the heaters and generators to the designated locations below for initial inspection and accountability. Contractor shall ensure equipment is servicea ble and ready for use on the first POP day. Contractor shall provide all necessary power distribution cords to connect heaters to generator(s). Contractor shall ensure generators are set up and meet all FT Irwin safety standards and run off JP8 fuel. C ontractor shall include in his bid two separately priced CLINs, one for heaters and one for power generation. Contractor shall provide repair and / or replacement services for the leased equipment within 6 hours. Any repairs or replacements for the lease d equipment not serviced within 24 hrs, will not be charged to the U.S. Government. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the Contracting Officer will notify Contr actor within 12 - 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. A. CONTRACTOR'S PROJECT MANAGER AND SUPERVISORS. 1. The contractor shall provide a project manager and supervisor s to ensure the performance of the work. The project manager shall have full authority to act for the contractor during performance of work. 2. The contractor shall provide the telephone number of the project manager so that he/she may be contacted at a ll times during & after normal work hours. The project manager shall contact Government personnel within two hours of a request from the Contracting Officer or Contracting Officer representative. B. IDENTIFICATION OF CONTRACTOR'S EMPLOYEES 1. Each em ployee of the contractor shall conspicuously display on his/her person while performing services in accordance with resultant contract, an identification card, which shall include the full of the employee, the legal name under which the contractor is doing business, and a badge serial number. 2. The contractor, before initiating the performance of work shall provide the Contracting Officer with a written List of all employees who shall perform the work under this contract. The List shall include the fu ll name, and badge serial number of each employee. The contractor shall notify the Contracting Officer, in writing, of any addition or deletion to the personnel roster within one day of such change. 3. When directed by the Contracting Officer, the contr actor shall remove any employee from assignment to perform services under this contract for any reasons of misconduct or breaches of security in connection with his/her employment. This will be verified by the La w Enforcement Agency on National Training C enter, Fort Irwin. C. LOST & FOUND PROPERTY. It is the responsibility of the contractor to ensure all articles of possible personal or monetary value found by the contractor's employee s are turned in to the Security Office, or the Provost Marshal' s Office (PMO) Fort Irwin, California. D. UNFORESEEN POST/RANGE CLOSURES. When an unforeseen post closure occurs on a regular scheduled day of work, the contractor will not be required to perform the work scheduled for that day. Services shall b e performed upon access to previously closed areas being granted. Failure to perform services could result in health and safety issues. E. RANGE CLEARANCE & ROAD CLOSUR ES. The Contractor shall obtain a Range Pass from Range Support and ensure Rang e Support is contacted before entering any range area. In addition, during Live-Fire Week, Contractor shall ensure employees contact the Live Fire Operations N on-Commissioned d Officer in Charge, directly at (760)380-6063, prior to making any trips down range. F. HOURS OF OPERATION. Services under this contract will be performed during daylight hours, including Saturday, Sunday and Federal Holidays. G . CAL-OSHA. California Occupational Safety & Health Administration (CAL-OSHA) & Army Safety Regulations. The NTC safety office will verify that these regulations & standards are met. H. GOVERNMENT FURNISHED PROPERTY AND SERVICE S. The Government will furnish no materials, equipment, or services. I. CONTRACTOR FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. 1. Each item of equipment or property furnished under this contract shall be in safe operational condition, and shall comply with the Fede ral Safety Standards, the American National Standards, and State Safety Regulations applicable to this equipment or property. If the Contracting Officer determines that any item of equipment or property furnished is not suitable for performance under this contract, the Contracting Officer shall promptly inform the contractor in writing. 2. All materials necessary for provision of services described herein shall be provided by the contractor. When not in use under the terms of this contract, units may b e stored at the Contractors facilities. 3. Contractor shall provide communications capability for the Project Manager to allow constant communications contact between Project Manager, Range Control, the Contracting Officer, and the Live Fire Operation s NCOIC. Each of the contractors trucks shall be equipped with communications equipment to allow for constant communication between project manger, range control and drivers regarding latrine additions, relocations, or problems and their location down ran ge. If a cellular phone is to be used for communications, the contractor shall provide the telephone number(s) to the contracting Office and range control upon start of the contract. If radios are to be used for communications, frequencies must be coordinated through Spectrum Management, and the contractor must provide a radio to the Contracting Officer for the duration of the contract. J. The contractor shall not enter restricted or off Limit areas. K. INITIAL DELIVERY AND RELOCATION OF UNI TS. 1. The contractor shall coordinate with the Contracting Officers Representative (COR) at each site to assure placement at correct locations. 2. The contractor shall remove generators, heaters and light towers from training locations immediate ly after performance period has ended. L. NOTIFI CATION/RESPONSE The project manager will be accessible by regular or cellular phone twenty-four (24) hours every day. M. CONTRACTING OFFICERS REPRESENTATIVE AND THEIR AUTHORITY. 1. The Contra cting Officer may designate individual(s) to act as the Contracting Officers Representative(s) (COR) under this contract. Such designations will be made by letter from the Contracting Officer with an information copy furnished the Contractor. The COR st aff will represent the Contracting Officer in the administration of the contract but will not be authorized to change any of the terms and conditions of the contract. 2. No oral statements of any person, whosoever will in any manner or degree modify or otherwise affect the terms of this contract. The Contracting Officer shall be the only person authorized to approve changes in any of the requirements under this contract, notwithstanding any provisions contained elsewhere in this contract, and said a uthority shall remain solely with the Contracting Officer. CORs shall be limited to the authority specified in their letter of appointment. 3. The COR may appoint a Technical Monitor as an assistant. The Technical Monitor is responsible for evaluating and reporting on contractor performance. Any company that believes it can demonstrate the ability to comply with the stated requirements listed above, t hey must comply with the following: Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. Service will be performed at Fort Irwin, CA. The Government contemplates award of a Firm Fixe d Price award resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.212-2, The Government intends to make a single award to the lowest responsive, responsible offeror whose quotation conforms to the solicitation and is most advantageous to the government considering price and delivery. Offerors shall include a completed copy of the provision at FAR 52.2 12-3 AL T I, Offeror Representations and Certifications - Commercial Items, with their quotations. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Require d to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222- 21, Notice to the Government of Labor Disputes; 52.222-26, Equal Opportunity; 52.222-35, Equal opportunity for special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-36, Affirmative Action for workers with disabilities; 52.222-37, Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-1 5, Sanc tioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer of Other than Central Contractor Registration and 52.214-21, Descriptive Literature. DFARS Clause 252.212-7001, Contract Terms and Conditions to Implement Statues o r Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002, Requests for Equitable Adjustment. Offers are due no later than 4:00 P.M. PST, MARCH 6, 2008. Anticipated date of award is Friday March 7, 2008. All responsible concerns may submit an offer which w ill be considered by the agency. Submit quotes via facsimile to (760) 380-3693 and/or email to ntcusmc@live.com. Contact Staff Sergeant Leguizamon, Bertha at 760-380-3852 Contingency Contracting Officer NTC Rotation 08-05. **SEPARATE ORDERS WILL B E PLACED SINCE THIS COMBINED REQUIREMENT IS FOR THREE SEPARATE UNITS. ANTICIPATE AWARDING TO ONE CONTRACTOR, BUT SEPARATE CONTRACTORS ARE A POSSIBILITY BASED ON PRICE AND THE ABILITY TO MEET SCHEDULES.**
- Place of Performance
- Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
- Zip Code: 92310-5095
- Country: US
- Zip Code: 92310-5095
- Record
- SN01525951-W 20080308/080306224522 (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 |