Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
SOLICITATION NOTICE

X -- Modular Building Lease - Attachment #5 Schedule of Supplies - Attachment #2 Statement of Work - Attachment #3 Site Plan - Attachment #4 Mobile Unit Layout - Attachment #1 Combined Synopsis Solicitation

Notice Date
4/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P37409A001ModularBldg
 
Archive Date
4/29/2014
 
Point of Contact
Richard Bush, Phone: 210-652-8846, William D. Underhill, Phone: 210-652-5047
 
E-Mail Address
richard.bush.3@us.af.mil, william.underhill.2@us.af.mil
(richard.bush.3@us.af.mil, william.underhill.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1 Combined Synopsis Solicitation Map of Seguin Airfield and Location of Trailer Site Plan Attachment #2 Statement of Work Attachment #5 Schedule of Supplies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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. 1. Solicitation number is F3P3A74091A001 Modular Buildings issued as a Request for Quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-72 and DFARS Change Notice 20140129. 3. This acquisition is an unrestricted competitive acquisition in accordance with FAR subpart 12.603. The associated NAICS is 531130; size standard is $25.5 Million. 4. Requirement is for the lease one (1) temporary modular type building consisting of approximately 1,344 square feet. The temporary modular building shall consist of a total of one (1) 24 feet wide by 56 feet long sections that are transported and assembled on site. Specific requirements for this facility are listed in attachment 2 (Statement of Work) of this RFQ. Reference attachment 3 (Site Plan) of this RFQ for location of buildings. General requirements are listed below. * (1) 24'x56' building size * (4) 12'x12' private offices * (1) 24'x32' common area * Electric, heat and air conditioning * (1) 36"x80" lockable exterior doors * 8' ceiling height Request delivery and pick up at Seguin Auxiliary Airfield, Seguin, TX 78155 (U.S. 90 & Auxiliary Airport Rd) (see attachment 3, site plan). This site is located on open grass turn. Delivery Date of 23 April 2014 Pick up Date of 14 May 2014 5. All work, to include prefabrication, delivery and site installation shall be completed and ready for beneficial occupancy on 23 April 2014. Trailers will need to be picked up from Seguin Airfield on 14 May 2014. 6. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 7. The Government will award a firm fixed price contract resulting from this RFQ for the lease of the Modular Building listed in the Schedule of Supplies. 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. Award will be made to the offeror whose price is lowest among all proposals that were deemed to be technically acceptable. Basis for award: Lowest Price Technically Acceptable Award will be made to the offeror whose proposed product meets the Government's requirement, delivery date, whose past performance is acceptable, and offers the lowest price. ADDENDUM TO FAR 52.212-2 Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: a. Price (Price Proposal). Contractors are required to complete the attached Schedule of Supplies/Services (Reference Attch. 5) CLIN 0001AA. b. Conformance to the Schedule of Supplies/Services. The proposal shall demonstrate the ability to deliver the required product. The brand name of the product being proposed must be included as part of the proposal to ensure the product meets the government specifications at Attch. 1. Offeror shall provide sufficient information and detail, i.e. brand name, part number, etc. that demonstrates the product(s) offered meets the specifications in this solicitation. If offering an EQUAL product, detailed item description must be included at proposal submission. See FAR 52.211-6 Brand Name or Equal. c. Past Performance. Past performance will demonstrate contractor/vendor's ability to deliver the supplies IAW the Schedule of Supplies/Services (Reference Attch. 1). Provide at least one (1) and not more than three (3) references (either Federal or Commercial). Furnish the following information for each reference listed: (i) Company/Division Name (ii) Product/Service (iii) Point of Contact, e-mail, and phone number (iv) Contract Number (v) Contract Dollar Value Past performance will be rated as acceptable/unacceptable based on the response from the references provided. The Government reserves the right to utilize past performance information gained from other sources (i.e., past performance databases, other government sources, etc.) to aid in evaluating past performance. If you have any questions, please contact SSgt Richard Bush at richard.bush.3@us.af.mil. 9. Offeror(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 12. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse any offeror for any costs. 13. Defense Priorities and Allocations System: NA 14. Responses to this notice shall be provided in writing via e-mail to: SSgt Richard Bush at richard.bush.3@us.af.mil and copied to SrA William Underhill, at william.underhill.2@us.af.mil. All responses shall be received NLT 10:00 AM Central Standard Time on 14 April 2014. Email is the preferred method. CONTRACT SPECIALIST: SrA William Underhill 502 CONS/JBKCA 210-652-5047 William.Underhill.2@us.af.mil CONTRACTING OFFICER: SSgt Richard Bush 502 CONS/JBKCA 210-652-8846 Richard.Bush.3@us.af.mil 15. POC: Contracting Officer: SSgt Richard Bush, 210-652-8846 Contracting Specialist: SrA William Underhill, 210-652-5047
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P37409A001ModularBldg/listing.html)
 
Place of Performance
Address: Seguin Auxiliary Airfield, Seguin, Texas, 78155, United States
Zip Code: 78155
 
Record
SN03336925-W 20140413/140411235031-d1f7db34809304828581821d74c759e5 (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.