SOLICITATION NOTICE
X -- Office Trailers and Storage Container Rental Services, Glendo Field Office
- Notice Date
- 12/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
- ZIP Code
- 59101
- Solicitation Number
- R11PS60082
- Response Due
- 12/15/2010
- Archive Date
- 12/9/2011
- Point of Contact
- Christine Mundt Contracting Officer 4062477805 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. However, in order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R11PS60082 is being issued simultaneously to this announcement. Reclamation's Great Plains Region awarded contract number R10PC60186 for the Glendo Dam Modification construction project. Glendo Dam and Reservoir are located on the North Platte River about 75 miles southeast of Casper, Wyoming. It is anticipated that this project will take approximately 2 1/2 years to complete. Due to the length of the Glendo Dam Modification project, Reclamation has a requirement to station a temporary field office near the construction site. The site work preparation for the field office was awarded on November 4, 2010 under purchase order number R11PX60075. It is anticipated the site work completion will be around the end of January 2011. The work under this combined synopsis / solicitation provides for the furnishing of all labor, material, equipment and supervision necessary to rent office trailers and a storage container for approximately 24 months. The principal components of the temporary construction office rental services include a triplex office trailer, a single wide office trailer and a storage container. The Contractor must accomplish all work in a professional manner and in compliance with the applicable local, state and federal rules and regulations. Additionally, since this project is tied to Contract Number R10PC186 and Purchase Order Number R11PX60075, it is imperative that the Contractor fully cooperates with the other contractors and with Government employees. In accordance with the procedures in FAR Part 5 and 8, RFQ Number R11PS60082 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued unrestricted under the North American Industry Classification System (NAICS) Code 531120, Lessors of Nonresidential Buildings. The applicable size standard is $7.0 Million. The resulting contract will be a firm-fixed price type. Offerors quoting on this opportunity shall indicate if the items requested being offered to the Government under an existing GSA Federal Supply Schedule or under open market conditions. If the items are under an existing GSA Federal Supply Schedule, offerors must not quote more than their applicable contract ceiling prices. Since, the timely performance of these services is vital, Reclamation may consider refurbished buildings that Contractors currently carry in stock. Therefore, vendors shall indicate if the line items offered are stock office buildings or new construction. Line Item 0001 - Delivery and Installation of Triplex Office Trailer (1 LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully deliver, set up and install the Triplex Office Trailer described in Line Item 0004. The quoted price shall essentially include, but is not limited to, all delivery, set up and installation fees for the triplex office trailer (66 x 36 Box), tiedowns, skirting, 30-Foot ADA Exterior Landing Ramp and two (2) sets of ADA stairs. Line Item 0002 - Delivery and Installation of Single Wide Office Trailer (1 LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully deliver, set up and install the Single Wide Office Trailer described in Line Item 0005. The quoted price shall essentially include, but is not limited to, all delivery, set up and installation fees for the single wide office trailer (12 x 64), tiedowns, skirting and two (2) sets of stairs. Line Item 0003 - Delivery and Installation of Storage Container (1 LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully deliver, set up and install the Storage Container described in Line Item 0006. Line Item 0004 - Monthly Rental of Triplex Office Trailer, 66 x 36 Box (24 MONTHS)The Triplex Office Trailer shall consist at a minimum of the following salient characteristics:* 2,376 square feet (66 ft x 36 ft)* 5 offices with each being approximately 10 ft x 12 ft* 2 Bathrooms (One male and One female)* 1 Conference Room* Reception Area* Supply Room* Lockable Exteriors* 2 Sets of Stairs* 30 ft ADA Ramp exterior landingThe triplex must additionally be ADA Compliant and shall require adequate heat, lighting, air conditioning, electrical service capability (120/240V) and electrical outlets. Quoted price shall include the monthly rental of the Triplex Office Trailer and all associated rental units, including but not limited to the office skirting, ramp and stairs. Line Item 0005 - Monthly Rental of Single Wide Office Trailer, 12 x 64 (24 MONTHS)The Single Wide Office Trailer shall consist at a minimum of the following salient characteristics:* 12 ft x 64 ft* 1 office* 1 Bathroom* Lockable Exterior* 2 Sets of StairsThe office trailer shall require adequate heat, lighting, air conditioning, electrical service capability (120/240V) and electrical outlets. Quoted price shall include the monthly rental of the Single Wide Office Trailer and all associated rental units, including but not limited to the office skirting and stairs. Line Item 0006 - Monthly Rental of Storage Container, 25 x 12 (24 MONTHS)The Storage Container shall consist at a minimum of the following salient characteristics:* 25 ft x 12 ft* Doors on both ends Line Item 0007 - Tear Down and Removal of Triplex Office Trailer (1LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully tear down and remove the Triplex Office Trailer described in Line Item 0004. The quoted price shall essentially include, but is not limited to, all tear down and removal fees for the triplex office trailer (66 x 36 Box), tiedowns, skirting, 30-Foot ADA Exterior Landing Ramp and two (2) sets of ADA stairs. Line Item 0008 - Tear Down and Removal of Single Wide Office Trailer (1 LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully tear down and removal the Single Wide Office Trailer described in Line Item 0005. The quoted price shall essentially include, but is not limited to, all delivery, set up and installation fees for the single wide office trailer (12 x 64), tiedowns, skirting and two (2) sets of stairs. Line Item 0009 - Tear Down and Removal of Storage Container (1 LUMP SUM)This line item involves the furnishing of all labor, material, equipment and supervision necessary to successfully remove the Storage Container described in Line Item 0006. Shipping must be free on board (FOB) destination. The anticipated delivery date is scheduled for no later than January 29, 2011. However, this delivery date may be extended by the Contracting Officer to meet delivery site conditions and project requirements. Upon award of a contract, the contractor shall coordinate delivery schedules with Reclamation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors will be considered: (1) Price - Quotations will be considered for award on any or all line items in the schedule. Offerors shall provide prices for the items their company can provide. In the price line of the line items their company cannot provide, offerors shall enter either "N/A" or "Not Available." The Government reserves the right to evaluate offers on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating quotations, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (2) Company Experience / Past Performance - The Contracting Officer may request an offeror to provide detailed information relating their responsibility and, as necessary, to the responsibility of their proposed subcontractors. Offerors shall complete the "Reference List" found as an attachment in Section J of this RFQ. In descending order of priority, preferred customers are Federal Government, Statement Government, Local Government and private concerns. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http://www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. (3) Other Best Value Factors - In addition to price, when determining the best value, Reclamation may consider the following: past performance, special features, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms and other factors. All evaluation factors other than price, when combined are approximately equal to price. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-46. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS1. 52.204-07, Central Contractor Registration2. 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment3. 52.212-01, Instructions to Offerors -- Commercial Items4. 52.212-02, Evaluation - Commercial Items5. 52.212-03, Offeror Representations and Certifications -- Commercial Items.6. 52.212-04, Contract Terms and Conditions -- Commercial Items.7. 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-03, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-03, Protest after Award and 52.233-04, Applicable Law for Breach of Contract Claim.8. 52.247-34 F.O.B. Destination DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION1. 1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior RECLAMATION ACQUISITION REGULATION1. COR, Authorities and Delegations2. DIAPR 2000-01, Non-Discrimination Notice to US Department of the Interior Contractors, Subcontractors, and Lessors3. ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors4. GP-1, Identification of Correspondence5. GP-2, Government Administration Personnel6. GP-3, Contractor's Administration Personnel7. WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation8. WBR 1452.223-80, Asbestos-Free Warranty--Bureau of Reclamation9. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation10. WBR 1452.232-80, Limitation of Funds (Fixed-Price Contract)--Bureau of Reclamation Quotes are due no later than Wednesday, December 15, 2010 by 5:00 p.m. Mountain Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to cmundt@usbr.gov or faxed to (406) 247-7798. For further information, vendors may contact Christine Mundt cmundt@usbr.gov or at (406) 247-7805. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06f5b16d1c37c4d453e4d55908ec16e9)
- Place of Performance
- Address: The Glendo Field Office will be located approximately 400 yards east of 397 Glendo Park Road in Glendo, Wyoming in Platte County.
- Zip Code: 82213
- Zip Code: 82213
- Record
- SN02341466-W 20101211/101209234157-06f5b16d1c37c4d453e4d55908ec16e9 (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 |