Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
SOLICITATION NOTICE

23 -- Mobile Office Workspace

Notice Date
12/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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
F1C3473345A001
 
Archive Date
2/4/2014
 
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
20 December 2013 36th Contracting Squadron Andresen AFB, Guam Unit 14040 Building 22026 APO AP 96543-4040 NAICS Code: 332311 - Portable Building Subject: Mobile Office Workspace Solicitation Number: F1C3473345A001 Closing Response Date: 21 Janurary 2014 at 5:00 pm Eastern Points of Contact: 2d Lt Andrew Ferris (671) 366-1723 andrew.ferris@us.af.mil Ms. Amber M. San Gill (671) 366-4943 amber.sangil@us.af.mil Ms. Lou Guerrero (671) 366-2192 maria.leon_guerrero.1@us.af.mil Contract Line Items: 0001 - Mobile Office Workspace, Set #1 0002 - Mobile Office Workspace, Set #2 0003 - Mobile Office Workspace, Set #3 Description: This is a combined synopsis/solicitation for commercial items 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; proposals are requested and a written solicitation will not be issued. Solicitation number F1C3473345A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71. The applicable NAICS code is 332311 (Portable Buildings). CLIN 0001 Mobile Office Workspace, Set #1 [Size: 16' x 40' or equivalent // Qty: Five (5) each // Location: Bldg. 2510 // PoP: 03 Feb 2013 - 05 March 2014] CLIN 0002 Mobile Office Workspace, Set #2 [Size: 16' x 40' or equivalent // Qty: Three (3) each // Location: Fire Station #1 // PoP: 03 Feb 2013 - 05 March 2014] CLIN 0003 Mobile Office Workspace, Set #3 [Size: 16' x 40' or equivalent // Qty: Three (3) each // Location: Fire Station #2 // PoP: 05 Feb 2013 - 05 March 2014] General Scope of Work: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide eleven (11) each total mobile office workspaces and associated equipment for the period-of-performance and location as stated below. Summary of Salient Characteristics: Mobile Office Workspace dimensions shall be approximately 640 sq feet of accessible and encolosed office space with overhead lighting, adequate air condition system, (2) fire extinguisher bottle, battery powered emergency exit signs, two (2) sets of keys per door, two (2) outdoor lighting (one per entrance/exit), power receptacles, central properly labeled power breaker panel, and LAN cabling with RJ-45 wall jacks. Vendor will provide a securing mechanism that prevents damage to surrounding areas, and keeps the containers in place during sudden inclement weather or high wind conditions. Vendor must follow all safety and traffic procedures while operating on base. Vendor may make multiple pre-coordinated deliveries. When quoting, vendor must provide specifications and pictures if requested by Contracting Officer for Government review. Units must be clean, servicable, and in good working condition. Mobile Office Workspace Units, Set #1: Vendor is to provide quantity five (5) units positioned near building 2510 on Andersen AFB, Guam, with a period-of-performance beginning on 03 Feb 2014 and ending on 05 March 2014 Mobile Office Workspace Units, Set #2: Vendor is to provide quantity three (3) units positioned near Fire Station #1 on Andersen AFB with a period-of-performance beginning on 03 Feb 2014 and ending on 05 March 2014 Mobile Office Workspace Units, Set #3: Vendor is to provide quantity three (3) units positioned near Fire Station #2 on Andersen AFB with a period-of-performance beginning on 05 Feb 2014 and ending on 05 March 2014 Detailed Requirements: 1. Each unit must contain a. Overhead lighting (with emergency lighting) b. Adequate air condition system c. Power receptacles in each room d. LAN cabling with wall jacks e. Fire extinguisher in each trailer f. Central power breaker system, labeled to indicate lights/wall receptacles 2. Vendor expectations: a. 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). b. Vendor must follow all safety and traffic procedures while operating on base. c. Vendors performing work on flight line must perform FOD checks prior to entering/exiting the flight line. d. 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. e. Vendor may make multiple pre-coordinated deliveries f. Units must be clean, servicable, and in good working condition. 3. Requirements: 3.1 Provide new/like new ISO certified standard modular workspace units. Each 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 [Not Required] 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 usable and accessible entrance for each modular workspace unit, if unit is placed above the ground. 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. 4.6 Contractor shall provide the following specialized equipment items for each order as required: 4.6.1 [Not Required] 5. Government Furnished Material: 5.1 [Not Required] 6. Security. 6.1 All personnel employed by the contractor in the performance of this Performance-Work-Statement (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. Place of Contract Performance: Andersen AFB, Guam The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items applies to this request. 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. To be acceptable for award, the quoted product must meet or exceed the characteristics listed. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Award FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-54, Employment Eligibility Verification FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-5, Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. The following provisions and clauses also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS). A Defense Priorities and Allocations System (DPAS) rating has not been assigned to this acquisition. Quotes must be emailed to 2d Lt Andrew Ferris at andrew.ferris@us.af.mil. Quotes are due on 21 Janurary 2014 at 5:00pm Eastern. Please send any questions to the previous listed email or call (671) 366-1723 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C3473345A001/listing.html)
 
Place of Performance
Address: Andersen AFB, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN03254868-W 20131221/131219234309-56a7478ad1f1bdb630bd538c607d2c5e (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.