SOLICITATION NOTICE
X -- AFD Rental of Modular Building for Government Daycare - Schedule of Items
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 453930
— Manufactured (Mobile) Home Dealers
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
- ZIP Code
- 59804
- Solicitation Number
- AG-03R6-S-10-0080
- Archive Date
- 10/1/2010
- Point of Contact
- Tina D Mainey, Phone: 406-329-3845, Chia K Moua, Phone: (406) 329-3765
- E-Mail Address
-
tmainey@fs.fed.us, cmoua@fs.fed.us
(tmainey@fs.fed.us, cmoua@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Experience Questionaire Building Floor Plan Schedule of Items This is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-10-0080 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. This solicitation is restricted to small businesses. The North American Industry Classification System (NAICS) for this procurement is 453930. The small business size standard is $13.0 million. This contract will be a firm fixed-price contract awarded for the base year (from date of award with option to extend for two (2) additional one (1) year periods). For the renewal period(s) the contractor will be given 60 days written notice of intent to exercise the option periods. SUMMARY OF WORK PART 1 - GENERAL 1.1 LOCATION A. This work is located at the Aerial Fire Depot in Missoula, MT. To get here you must exit I-90 at Airway Blvd. Go south on Airway Blvd until you come to Broadway Rd. This is at a "T" intersection. Turn right at the stop sign on Broadway; go west of the Missoula International Airport a 1/3 of a mile. Follow the signs marked Smokejumper Center. Turn left at the first turn in and we are the complex on your right. You will notice a Tower with a parachute on it. Welcome to the Aerial Fire Depot. 1.2 DESCRIPTION OF WORK Any modular structure the U.S.F.S. Aerial Fire Depot acquires, must meet or exceed all State of Montana, Public Health and Human Services, Quality Assurance Division - Licensure Bureau - Child Care Licensing building code / regulations The Modular Building must meet the following additional rules governing day care centers: Fire Prevention and Investigation Bureau @ 406-444-2050 Rules Regarding Day care Centers (23.7.108 - 23.7.110) (State of Montana Dept of Public Health and Human Services Licensing Requirements for Child Day Care Centers Manual) www.dphhs.mt.gov/earlychildhood Health Policy and Services Division@ 406-444-2408 Rules Regarding Day Care Centers (37.95.201 - 37.95.227) www.dphhs.mt.gov/earlychildhood 24' X 64' MODULAR DAYCARE BUILDING Provide • Building, Complete per attached layout (See Building Floor Plan attachment) • Delivery and Installation on Pier/Pad on or below Grade Foundation with Tie-downs • Skirting to match siding or pressure treated for below grade installation. • Ceiling - Suspended T-Grid at 8' Nominal. • Walls - Vinyl Covered Gypsum. FRP Wainscot in Restrooms. • VCT or Commercial Carpet with Vinyl Base Cove Throughout. • Commercial Sheet Vinyl in Restrooms and kitchen. • Smartpanel Siding and 1X Trim. • 3 in 12 Pitch Roof with 10" Overhangs with Architectural Shingle Roofing and Ice Dam Protection. • Standard Modular Construction Methods, elevations, and layout. • Upgraded Insulation Package - R19 Floor, R22 Wall and R38 Roof. • T-8 Lighting with Electronic Ballasts • Steel Exterior Doors with Panic Hardware and Vinyl Frame Insulated Glass Windows. • Wall Mounted, Ducted HVAC Systems with Ducted Return Air to Sound Insulated Plenum Wall. • Pre-Finished Base and Overhead Cabinets w/Laminate Top, Stainless Steel Kitchen Sink • Electric Range, Dishwasher • Washer an Dryer area with plumbing installed to code requirements • Roof Snow Loads per Local Requirements • State of Montana Approvals/Tags, Third Party Inspection Contractor provide and/or sub-contractor/sub-contractors: • Clear Access and Staging Area. • All Special Systems including telephone, LAN, Fire Alarm System, etc. and all conduit systems except as provided in the wall roughin. • All manifolding, connections, and extensions of all utilities to multiple sewer, water and electrical drops. • Steps, ramps, ADA access. • Parking lots, Landscaping, etc. • Furnishings, Equipment, Etc. except as noted. • Permits, Fees, Inspections, Etc. • Gutters and Downspouts • Upon removal of Modular building; Contractor will clean site of any debris left from project and ensure all utilities re properly marked and stored for future use. Contractor will leave landscaping in no worse condition than is at time of installation. Required Delivery Date and Location: November 1, 2010 Aerial Fire Depot, 5765 West Broadway St.; Missoula MT 59808 Miscellaneous Information: Permits and transportation requirements are the contractor's responsibility. Contractor shall adhere to State Motor Vehicle Laws of Montana, any other state on the contractors proposed haul route and the Department of Transportation Safety Standards. Inspection and Acceptance: Prior to acceptance of the modular and again prior to pick-up at the termination of this contract, a representative from the contractor and the Government will inspect the modular, all discrepancies shall be identified, compiled into one written document, signed by the inspecting parties and provided to the Contracting Officer before final payment is processed. Payment for delivery and installation will be a lump sum payment after trailer is installed and approved. Monthly rental payments will be made at the end of each month in arrears IAW Prompt Payment Act. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicate with contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. In the event the contract administration is transferred to a new Contracting Officer, notification to all parties concerned shall be provided within 30 days of the change. The current Contracting Officer is: Tina Mainey, tmainey@fs.fed.us There will be no formal site visit. However, it is highly recommended for contractors to visit the site at the Aerial Fire Depot prior to submitting a quote. This may be arranged by scheduling an appointment with Frank Castillo, Facilities Base Manager, at 406-829-6929 or cell phone at 406-370-5891. No site visits will be scheduled later than September 10, 2010. The awarded contract will be a firm fixed-price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located in Building 24, Fort Missoula, Missoula MT 59804. The FAR provisions 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The FAR provision 52.212-2, Evaluation-Commercial Items apply to this acquisition. Provide references for similar work during the past three years by completing the attached USDA Forest Service Experience Questionnaire. Specifically include experience related to modular structure rental. Contract award will be made to the offeror offering the best value considering past performance, delivery, and price (FAR 13.106-1(2). The offer must provide pricing on the base and all option years to be considered for award. Funding is available to award line items 1 and 2 for Fiscal year ending Sept. 30, 2010. Line item 3 will be awarded based on funds available for Fiscal Year 2011, beginning Oct. 1, 2011. In addition, offerors will include with their offer a completed copy of the FAR 52.212-3, Offer Representations and Certifications - Commercial Items. Offerors may fulfill this requirement by providing a copy of their ORCA registration with offer. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. The clauses and certifications referenced above may be obtained from the following website: https://www.acquisition.gov/far/. Additional FAR Clauses sited in full text : 52.217-8 Option to Extend Services. (November 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option To Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed forty-two months. (End of clause) 52.232-18 Availability of Funds. (April 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year. (April 1984) Funds are not presently available for performance under this contract beyond 01/31/2009. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 01/31/2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.326-7 Permits and Responsibilites (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsbile for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. (End of clause) 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. (End of clause) Additional Clauses sited in full text: AGAR 452.228-71 Insurance Coverage Pursuant to FAR clause 52.228-5, Insurance-Work on a Government Installation, the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: (a) Workers Compensation and Employer's Liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit worker's compensation to be written by private carriers. (b) General Liability. The Contractor shall have bodily injury liability insurance coverage written on a comprehensive form of policy of at least $500,000 per occurrence. (c) Automobile Liability. The Contractor shall have automobile liability insurance written on a comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage or loss. (d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing the contract, the Contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger injury. Coverage for passenger injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (End of Clause) AGAR 452.246-70 Inspection and Acceptance (a) The Contracting Officer or the Contracting officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance will be performed at: destination. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested items (please submit quote on attached Schedule of Items), remittance address, Tax I.D. number, DUNS number and FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. Quotes must be received by September 16, 2010 at 4:00 P.M. Mountain Standard Time at the Lolo National Forest, Supervisor's Office, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804. Quotes may also be emailed to tmainey@fs.fed.us. For more information regarding this solicitation, please contact Tina Mainey, (406) 329-3845 or (406) 363-7130.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-10-0080/listing.html)
- Place of Performance
- Address: Aerial Fire Depot, 5765 West Broadway St., Missoula, Montana, 59808, United States
- Zip Code: 59808
- Zip Code: 59808
- Record
- SN02265619-W 20100904/100902235559-bde251ed5d7f62643a56f1b842556a1f (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 |