Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2013 FBO #4222
SOURCES SOUGHT

W -- Sources Sought -- Lease Modular Office Workspace (Guam)

Notice Date
6/14/2013
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-13-D-SSMOW
 
Archive Date
7/16/2013
 
Point of Contact
Andrew J. Ferris, Phone: 6713661723
 
E-Mail Address
andrew.ferris@us.af.mil
(andrew.ferris@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract Number: FA5240-13-D-SSMOW Notice Type: Sources Sought Synopsis: This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. The 36th Contracting Squadron, Andersen AFB, Guam, is seeking possible sources to lease mobile office workspace throughout the calendar year. Mobile office workspace is needed to compensate for the influx of military personnel. The proposed contractor will provide re-locatable structures for circumstances that require the rapid deployment of facilities such asnew or expanded missions, urgent short-term requirementsand/or the temporary replacement of damaged buildings or those under construction. Historically, the most common means used to satisfy the mobile office space requirement include but are not limited to: prefabricated buildings such as trailers and small skid-mounted metal buildings, fabric structures or inflatable buildings, container structures such as retrofitted CONEX or ISO shipping containers, huts, hardback tents, re-deployable pre-engineered buildings, stress tensions shelters, Expandable Shelter Containers (ESC), mobile or modular homes. The proposed contractor will be required to provide the office space, equipment and personnel for mobilization, erection, site preparation, unit configuration, demobilization, possible re-location and other support costs, as appropriate. Notably, the proposed contractor is responsible for storage, maintenance, and upkeep when not in lease with the U.S. Government. Particular characteristics are required for each separate unit, dependant on the specific lease. Moreover, the proposed contractor needs to able to provide and service upwards of 15 to 20 units at any given time. Characteristics are as follows: o Common office furniture (desk, tables, chairs, refrigerators etc.) o 110 and 220 volt power sources, central power breaker system, pre-wired modular connector socket for telecommunications and internet (i.e. RJ11, RJ45 respectively) o Air conditioning o Adequate interior lighting o Emergency lighting and emergency marked exits o Fire extinguisher o Locking mechanism for each entry door o Removable partition that separates one workspace into two work areas o Gasoline/diesel fueled powered generator to operate unit as standalone workspace o Required typhoon tie-down plan for the re-locatable building to resist wind loads up to 150 mph. Over the past several years, Andersen AFB has encountered an extraordinary demand for mobile office space to enhance military readiness. Since FY07, leasing costs for mobile office space has increased over 750%. Since FY12, the U.S. Government has seen an increase demand by 957% with a budget range of $2 - 2.5 million USD per year. The 36th Contracting Squadron expects equivalent or increase in demand for modular office workspace for the foreseeable future. Proposed terms of the contract would be a single indefinite-quantity-indefinite-deliver (IDIQ) contract, stipulated with four (4) option years. Contractor Capability Survey Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: o Company/Institute name o Address o Point of contact o CAGE Code o Size of business pursuant to Standard Industrial Classification SIC code o State whether your company is small, small disadvantaged, woman-owned small, HUB-Zone, 8(a) certified business concern, or HBCU/MI under the above SIC Code o A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). o System for Award Management (SAM.gov) registration Part II. Capability Survey Questions Please provide the following information for your company/institution and for any teaming or joint venture partners: o Describe the capabilities of your facility and the nature of your business. Include a description of your staff composition and management structure. o Describe your company's past experience on projects of similar complexity to include personnel qualifications and examples that demonstrated knowledge or teaming experience to cover some or all of these work areas. What past and current projects that your firms ability to perform the services described above? o What is your experience and extent of your business with re-locatable buildings and/or prefabricated structures? o If subcontracting is anticipated (i.e. for maintenance), please include information and relevant relationship history. o Evidence that items provided will be commercial o How long would it take to implement from award time, including design and installation time, based on provided information (to include shipping to Guam)? o Please provide a Rough Order of Magnitude (ROM) cost estimate, with breakdown of shipping costs, etc. o How long can you support the requirement? Months? Years? o How will you support repairs and replacement of parts? o Provide any pictures, etc. to assist in market research o Any other information you think we need to evaluate your capabilities (catalogs, published price lists, etc.) Based upon the responses received, the Government will determine the set-aside method for the procurement. This is a sources sought announcement and is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made based on responses to this notice. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. Unclassified questions relative to this market research should be addressed to 2Lt Andrew Ferris at andrew.ferris@us.af.mil or 671-366-1723. Email responses are limited to 25 pages and must be received no later than 2:00 PM EST on 01 July 2013. Unclassified responses shall be emailed to andrew.ferris@us.af.mil Contracting Office Address: 36th Contracting Squadron Andresen AFB, Guam Unit 14040 Building 22026 APO AP 96543-4040 Place of Performance: Andersen AFB, Guam Primary Point of Contact: Andrew Ferris Contract Specialist andrew.ferris@us.af.mil 671-366-1723
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-13-D-SSMOW/listing.html)
 
Place of Performance
Address: Andresen AFB, Guam, Yigo, Guam, 96543-4040, United States
Zip Code: 96543-4040
 
Record
SN03089468-W 20130616/130614234129-23e2add50a4f7de4bd96e64587fbbb5f (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.