Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

X -- PAG Modular Complex/Office Lease - Amendment 1

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D1638169AW02
 
Archive Date
8/4/2018
 
Point of Contact
CHARLES MADDOX, Phone: 2406125662
 
E-Mail Address
CHARLES.N.MADDOX.CIV@MAIL.MIL
(CHARLES.N.MADDOX.CIV@MAIL.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This attachment depicts the proposed schematic design w/furniture of the modular complex ALL ITEMS MODIFIED ARE SHOWN IN BOLD RED. 1. Purpose: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D1638169AW02 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. All responsible sources may submit an offer to be considered by the agency. This requirement will be pursued as a Total Small Business Set-Aside for the 89 th Presidential Airlift Group (PAG) at Joint Base Andrews. The North American Industry Classification System (NAICS) code is 531120 (Lessors of Non-Residential Buildings) and the small business size standard is $27.5M VENDOR REQUIREMENTS 1.2.1. - The vendor shall provide the following services and delivery abilities: 1.2.1.1. - Vendor will ensure modular office/complex requested will properly fit the site dimensions as requested. 1.2.1.2. - Vendor shall submit product schematics that include pictures, technical specifications, product materials and additional considerations (i.e., steps or deck). 1.2.1.3. -Vendor will provide enough personnel with favorable background check(s) to accomplish delivery, removal and setup at delivery location. All work to be accomplished within a 7-day period during a timeframe agreed upon between the vendor and the PAG. 1.2.1.3.1. -Vendor will provide the full name, social security number, date of birth and delivery truck(s) information required for base access NLT 10 calendar days prior to scheduled delivery/installation. 1.2.1.3.2. - PAG will provide further delivery instructions upon contract award. 1.2.1.3. - Vendor will remove and dispose of all unwanted construction related materials. 1.2.1.4. - Vendor will provide all components, hardware, tools and parts necessary for proper modular office/complex assembly and installation. 1.2.1.5. - The vendor will provide all permits necessary for the manufacture and delivery of the modular office/complex to the site to the satisfaction of the PAG/Base Civil Engineering. 1.2.1.6. - The Vendor will provide a project completion schedule which shall be mutually netotiatede and agreed to by the PAG upon execution of the agreeement. PAG (Government Requirements) At Site.....1.3.1 - PAG will work with Base Civil Engineering (CE) to ensure any and all environmental and/or subsurface conditions including but not limited to rock, unsuitable soil conditions, hazardous materials, etc. are adhered to. 1.3.2 - PAG will provide parking control during staging and set-up as required. 1.3.3. - PAG will work with CE to assume level site of at least 8" over total area of modular office/complex. 1.3.4. - PAG will work with CE to assume site grading allows water to run off away from proposed buildings with no impact to permanent PAG structures, and to insure proper grading is maintained while the buildings are on site. 1.3.5. - PAG will establish a staging area for work site and timeframe of access to be determined by facility manager. 1.3.6. - PAG will work with CE to assume that all electrical, water supply and sewer are sized to provide adequate supply to the modular office/complex. 1.3.7. - PAG will work with CE to assume 2,500 PSF soil compaction at grade and/or frost line. 1.3.8. - PAG will work with vendor to ensure Phone and Data systems consists of J-boxes and empty conduit with fish wire only - materials and labor to install the system will be accomplished internal to the PAG. 1.3.9.- PAG will work with CE to ensure multiple potable water and sanitary sewer (currently pre-existing) through floor-utility connections to these drops and extensions furnished and installed via work order through CE. 1.3.10. PAG will inspect equipment within 72 hours following substantial completion of the scope of work and will provide notice of defects, objections, and equipment abnormalities prior to occupancy of the equipment. 2. Description of Requirement : The Presidential Airlift Group (PAG) requires the procurement and delivery to lease one 48' X 60' modular office/complex consisting of at least 2800 square feet for temporary workspace support of approximately 25-30 assigned personnel. 2.1. The modular office/complex will provide 10 separate sub-offices with a single point of entry which can be entered/exited via a door that opens inward. The modular office/complex will have at least 4 doors for entry/exit purposes with attached steps/deck. 2.3. The modular office/complex will provide at least one conference room. 2.3.1. The modular office/complex will provide at least two bathrooms with one bathroom (Bathroom #1) encompassing two toilets and a urinal; the second bathroom (Bathroom #2) should have at least two toilets. Both bathrooms should have sinks as well. See appendix 1 2.4. - The sub-office space in the rooms will require adequate space to furnish the following standard-sized furniture items provided by the Presidential Airlift Squadron: 2.4.1. - (40) 60"W x 30"D double pedestal rectangular desk with full modesty panel. 2.4.2. - (40) 60"W hutch with half-height cabinets with wood doors, locks, tackboards, task light 2.4.3. - (10) 5 high freestanding bookcase with shelves 2.4.4 - (50) (Pending Dimensions) Standard-sized office chairs 2.4.5 - (1) 120"L x 36"D Racetrack Conference table 2.4.6 - (2) Printer Pedestal (at least...24"x30) 3. Other Required Equipment/Services that must be provided by the contractor: -- 48 X 60 MODULAR COMPLEX/OFFICE TRAILER AND DELIVERY, INSTALLATION, ANCHORS, STEPS & VINYL SKIRTING 3.1. Applicable lighting, plumbing and electrical connectvitiy capability will consist within the modular/complex. 3.2. This will be for the procurement of a new or used office complex with one (1) base year and 3 option years to lease. 3.3 Contractor will provide pricing quote for items a & b listed below as follows: a) Inclusion of warranty/insurance options for maintenance of all internal workmanship of the modular unit to include roof leakage, HVAC systems, electrical connectivity and water/plumming damage. b) Exclusion of all items listed above whereas PAG will be liable for such repairs/damages. General Requirements •n Deliverables and performance will be provided to the 89 PAG, 5016 Menhoer Drive, Joint Base Andrews MD 20762 •n Vendors are open to request site visits as well as being able to receive such visit from PAG personnel if/where feasible QUESTIONS & ANSWERS REGARDING SOLICITATION: As of 1430hrs (est), 11 Jul, 2018............ •1. Does the Combined Synopsis/Solicitation posted as solicitation number F1D1638169AW02 on FBO contain requirements similar to a existing contract or will this be a new requirement? Answer: This will be a new requirement. Is a floor plan available for the requirement? Answer: Yes, see Appendix 1 attachment Are restrooms required in the modular building? Answer: Yes, requirement for restrooms have been added as item 2.3.1 within the Description of Requirements. It is also displayed within the Appendix 1 attached drawing. Please confirm that the government will provide final utility connections. Answer: Yes, USAF Civil Engineering (CE) will take care of the final utility connections. Will the modular building need to be installed with a fire alarm system and IT data or will that be handled under a separate contract? Answer: Fire Alarm System is not a requirement as smoke detectors will suffice. Base Communications will take care of the IT data. The requirements states the space will be used for 25-30 personnel although there is a requirement for 40 desks. Is this correct or is this a type-o? A 48x60 has limited space with all of the offices and furniture requirements listed. Are offices for single or double occupancy? Answer: The 25-30 personnel is an estimated number of personnel. Configuration layout has been approved for the type of office requirements needed as shown in appendix 1. Office occupancy will be single and double based on discretion of PAG management. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jan 2017) 52.212-2 - Evaluation -- Commercial Items. The Government will award a Purchase Order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) Alternate I (DEVIATION) (Jan 2017); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-26 - Equal Opportunity (Sep 2016); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews, MD 20762 7. All quotes must be sent via e-mail to Mr. Charles Maddox at charles.n.maddox.civ@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 20 Jul 2018. Questions shall be submitted no later than 01:00 PM EST, 17 Jul 2018 to allow responses to be posted on FBO prior to proposal due date. Email is the preferred method of communication. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D1638169AW02/listing.html)
 
Place of Performance
Address: 5016 Menhoer Drive, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04986889-W 20180713/180711230954-39026bfba1403ef7a3c1028fa9c8ba87 (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  © 1994-2020, Loren Data Corp.