Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

54 -- Lease of living/office trailers and restroom facilities - Attachments (Q&A, WD)

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-11-Q-0210
 
Archive Date
2/26/2011
 
Point of Contact
Joshua M. Irwin, Phone: 5202284838
 
E-Mail Address
joshua.irwin@dm.af.mil
(joshua.irwin@dm.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Questions, Answers, Clarifications This is a combined synopsis and solicitation for the following commercial products: All supplies and services necessary for a turnkey emergency operations and living solution, via lease of two living trailers and two restroom facilities from 21 March to 25 May 2011. Requirements listed for trailer and bathroom facilities are considered "ideal." Even if you do not provide anything exact, we will consider ALL PROPOSALS that provide living space and shower/restroom facilities on a short term lease. A site visit will be held on 1/25/2011 @ 1 PM. Please meet in Schotlsky's parking lot at 3270 E Valencia, Tucson AZ NO LATER THAN 12:45 PM. Please e-mail joshua.irwin@dm.af.mil to rsvp if you plan on attending. 0001 -- Lease of two trailers including installation and takedown for 90 days w/7 day extention options. Each trailer must have a minimum internal dimension of 22 x 44 with two exterior lockable doors. Prefer trailers with no windows. 4 10x10 bedrooms with 3 electrical outlets. 10x28 Room for common area with 4 wall outlets, one phone hookup. 10x16 security/computer room with 6 electrical outlets, fiber-ready lan access, three phone hookups and two ceiling lights. All doors need to be solid core and lockable. A cypher lock will be installed by DMAFB on the security/computer room. Minor modifications may be made by the Government to trailer for cable/satellite, wall mounted signal lights, and window film. Each trailer must have HVAC heating and cooling. Trailers will be on an active flightline and all precautions must be taken to provide a trailer that is in good condition and will not have panels, shingles, or other debris which could potentially fall off and become "FOD" (Foreign Objects or Debris) that may damage aircraft. Flightline will be secure, so security precautions may cause delays in setup. Acceptance of installed and ready trailers must be completed by 11 March. 0002-restroom trailer with two individual women's rooms to include shower, toilet and one sink. One men's individual room with two waterless urinals, toilet, shower, and sink. FOB: Destination for delivery to North Ramp Tucson International Airport, Tucson AZ. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with 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 solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4877-11-Q-210. This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard 531120, Size Standard, $7.0 Million, applies to this procurement.IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference(http://farsite.hill.af.mil/vffara.htm) : The provision at 52.211-6 Brand Name or Equal The provision at FAR 52.247-37 FOB Destination The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitiation. 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The provision at FAR 52.212-3, Alt. 1, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5,, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Act of 1965 (Wage Determination Attached) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (WG-9, $22.41/hr) FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by EFT - CCR The clause at FAR 52.217-9, Option to Extend the Term of the Contract. Option periods will be two weeks, with 48 hours notice, for up to an additional 28 days (two options). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award. All quotes must be emailed to Joshua Irwin joshua.irwin@dm.af.mil. 520-228-4838. Quotes are required to be received no later than 9:00 a.m. Mountain Time, February 11, 2011. Attachments: Wage Determination WD 05-2025 (Rev.-12) Questions and Answers
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-11-Q-0210/listing.html)
 
Record
SN02374332-W 20110209/110207234116-f97f96cd150d597c6dbc1e63557da1c2 (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.