Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2013 FBO #4353
AWARD

23 -- Mobile Office Workspaces

Notice Date
10/23/2013
 
Notice Type
Award Notice
 
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
F1C3473289A001
 
Archive Date
10/30/2013
 
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
 
Award Number
FA5240-14-C-0002
 
Award Date
10/15/2013
 
Awardee
KwikSPACE, Guam, Inc. , 256 MARINE CORPS DR RTE 1, PITI, Guam 96915, United States
 
Award Amount
$387,392.00
 
Description
This is award for commercial items was prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This acquisition is reserved exclusively for KwikSPACE, Guam, Inc, IAW FAR 6.302-5(b)(5) - Authorized or Required by Statute - Sole source awards under the HUBZone Act of 1967. IAW FAR 6.302-5(b)(5), sole source contracts may be awarded under HUBZone Act of 1997-15 U.S.C. 657. None of the exclusions of FAR 19.1304 apply. SCOPE OF WORK: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide four (4) each mobile office workspaces and associated equipment inclusive of power generating systems for the period-of-performance as stated below. SUMMARY OF DETAILS: Four (4) quantity of 16' x 40' (or similar) mobile office workspace units One (1) unit adequately reinforced to house classified material and SIPR computing access Location: open asphalt space behind the Fire Station on the North Ramp, AAFB. Date In-Place: 15 October 2013 Date of Demobilization: 30 September 2014 Total Days: 350 Generators are required for all mobile office units for the period-of-performance as specified above. Fuel services are NOT to be included. GENERAL REQUIREMENTS: Each unit must contain o Overhead lighting (with emergency lighting) o Adequate air condition system o One (1) refrigerator per trailer o Power receptacles in each room o LAN cabling with wall jacks o Fire extinguisher in each trailer o Central power breaker system, labeled to indicate lights/wall receptacles o Sufficient generator power to supply the above requirements Vendor will provide a ground-securing mechanism that prevents damage to surrounding areas, and keeps the containers in place during sudden inclement weather or high wind conditions (typhoons). Vendor must follow all safety and traffic procedures while operating on base. Vendors performing work on flight line must perform FOD checks prior to entering/exiting the flight line. Maintenance required will be at the responsibility of vendor and serviced throughout terms of the lease, to include the mobile office unit and associated equipment. Vendor may make multiple pre-coordinated deliveries DETAILS: 1. Title: Mobile Office Workspace 1.1 Location: Guam [see above] 1.1.1 Andersen AFB, Main Base 1.1.2 Andersen AFB, Andersen North Field 1.1.3 As Required 1.2 Period of Performance: [see above] 1.2.1 Delivery Date: [see above] 2. References: None 3. Requirements: 3.1 Provide new/like new ISO certified standard modular workspace units. Location for delivery of Modular workspace units are specified in 1.1, 1.1.1., 1.1.2., and 1.1.3. Approx. Sizes: Double unit of at least 40-feet length by 16-feet wide by 8-foot-6inches high (40'Lx16'Wx8'-6'H); Each Modular workspace unit shall be equipped as follows: 3.1.1 Each modular workspace unit shall have insulation on all ceilings and vertical interior walls. Insulation shall be rated as a minimum of R-30 rating insulation thickness. 3.1.1.1 Insulation shall be faced/laminated with a vinyl covering for all exposed surfaces within the interior of the modular workspace unit. 3.1.1.2 Insulation utilized shall be in accordance with NAIMA202-96® (Rev. 2000) Standard for Flexible Fiber Glass Insulation laminated for use in metal buildings or equivalent. 3.1.2 Prewired for each modular workspace unit and install with 110 and 220 volt electrical outlets wall mounted. 3.1.2.1 Installed 110/220 wiring gauges shall be in accordance with American Wire Gauge (AWG) standards for support of at minimum 100 Amp service. 3.1.2.2 The contractor shall provide a central power breaker system in each modular workspace that allows the modular unit's to be secured if necessary. The power panel will also be properly labeled indicating the breaker switch controlling lights and wall receptacles. 3.1.2.3. Prewired each modular workspace unit to accept external commercial three phase electrical power or generator. 3.1.3 Overhead lighting sufficient to provide proper illumination throughout the modular unit. 3.1.4 Provide new two (2) each; dual air conditioning units capable of operating within the temperatures ranges compatible with paragraph 3.1.2.1. 3.1.4.1 Minimum capacity for each air conditioning unit: 10,000 BTU, 250 3.1.5 Each modular workspace unit shall have (1) refrigerator with 110 volt electrical outlets 3.1.6 Each modular workspace unit will have electrical outlets every six feet with a minimum of two per wall 3.1.7 Each modular workspace unit shall have wiring for twenty four (24) LAN cables with wall jacks (CAT 5 or better) every 6 feet. Modular units will also be equipped to accept external LAN cable runs. 3.1.8 Each modular workspace unit will have a shelf capable of holding several electrical appliances ( router/printer/fax/etc), with data ports and electrical outlets in close proximity. 3.1.9 Each modular workspace shall have a locking mechanism on each entry door 3.1.10 Each modular workspace unit shall have one fire extinguisher 3.1.11 Each door will have an emergency exit signs for each door that illuminates if power failure occurs 3.1.12 The contractor shall provide two sets of keys for each entry door. Keys should be labeled/numbered indicating which modular workspace entry door key secures. If more than one modular unit is delivered, then each key set will also be labeled indicating the modular unit. The contractor shall provide a securing mechanism (concrete footings) that prevents damage to surrounding areas, and keeps the containers in place during sudden inclement weather or high wind conditions. 3.1.13 Contractor shall provide typhoon tie downs on each side of the modular workspace. 3.1.14 Contractor shall provide wooden decks/steps for each modular workspace unit. 3.1.15 Contractor must have capability of constructing a portable partition that separates the modular workspace allowing for two work areas. 3.2 The contractor shall be responsible for the delivery, mobilization and arrangement of the modular workspace units to location specified in 1.1. configure/locate each modular workspace unit as directed. The contractor shall be responsible for the pickup, shipment and demobilization of the modular workspace units upon the end of the contract; to include all furniture provided and in accordance with all local laws and regulations. 3.2.1 The contractor shall clean up all debris and discard all material associate with the mobilization and demobilization of the modular workspace units. 4. Notes: 4.1 Contractor personnel shall abide by all security requirements of the base installation command. 4.2 In the event of an incident that involves damage to contractor or government property, or personnel, the contractor shall immediately: 4.2.1 Inform the contracting officer within 24 hours after the occurrence. 4.2.2 The contractor will provide details of the accident in writing to the contracting officer and the command safety office. 4.3 A competent, English-speaking foreman or superintendent, with the authority to act on behalf of the Contractor, must be present at the delivery site at all times when work is going on. 4.4 Contractor shall maintain unescorted base access for all its personnel performing installation. A government official will act as escort for all controlled areas were installation occurs 4.5 Alternate proposals may be considered. The contractor may propose readily available modular units that sufficiently meet the subscribed needs of the Government; however, no exceptions shall be made for paragraph 1.1 through 1.2. 4.6 Contractor shall provide the following specialized equipment items for each order as required: 4.6.1 Gasoline/Diesel fueled powered Generator capable of providing three phase electrical power sufficient to operate all electrical outlets, lights, and air conditioning for each modular unit. 5. Government Furnished Material: 5.1 None 6. Security. 6.1 All personnel employed by the contractor in the performance of this PWS and any representative of the contractor entering the Government installation in the performance of this PWS, shall abide by all security regulations of the installation and in order to register at the Pass Office for a base pass. Citizens from certain countries are currently banned from entering U.S. installations; Security Forces maintains a list of these banned countries. This includes individual contractor employees; therefore any contractor employee who is a citizen of one of these countries will not be allowed to access the installation. The list of excluded countries is subject to change without modification or amendment of the PWS or contract. 6.1 The contractor must have all employees badged at the Andersen AFB Pass and Registration Section to work on this contract. All personnel will undergo a background check (note: there is a minimum 72 hours required for processing checks). Any persons denied entry during the background check, will not be permitted on the base for any reason. All contractor personnel who are cleared for entry will receive a contractor's badge and register all vehicles in accordance with current guidelines. Individuals will be escorted to the location where work is to be performed once they clear the Pass and Registration Section for mobilization, de-mobilization, or maintenance work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/Awards/FA5240-14-C-0002.html)
 
Record
SN03220566-W 20131025/131023234024-a5b57fc54866dcf2c86ad936d680eb40 (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.