Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Commanding Officer, Attn: Contracts, MCTSSA Box 555171, MCB Camp Pendleton, CA 92055-

X -- LEASE OF MODULAR TRAILER FACILITY SOL M67854-96-B-5175 DUE 071796 POC Contact Contract Specialist, Sandra Ingram (619) 725-2147/Contracting Officer, Esther Christianson, (619) 725-2548. 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 only solicitation, bids are being requested and a written solicitation will not be issued. Solicitation number M67854-96-B-5175 is issued as a Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This is a total small business set-aside. SIC 2452, 500 employees. This requirement is a Firm Fixed Price supply contract for the lease or option to purchase of a minimum 7,200 square foot modular trailer, wood siding with skirting in accordance with the specifications stated here in. The contract shall include two (2) Schedules: Schedule A: Lease with Options to Purchase. Schedule B: Purchase. SCHEDULE A: CLIN 0001: Install and Lease of one (1) 7,200 square foot Modular Trailer. CLIN 0001AA: Installation, set-up, and freight-in. CLIN 0001AB: Modular Trailer, price per month Lease, basic contract award: Date of acceptance by Government through 28 February 1997. CLIN 0002 - Option I (if exercised): Modular Trailer Purchase, prior to or upon completion of CLIN 0001 leasing period of performance. CLIN 0003: Option II (if exercised): Modular Trailer, price per month Lease: (01 Mar 97 - 30 Sep 97). CLIN 0004 - Option III (if exercised): Modular Trailer Purchase, prior to or upon completion of CLIN 0003 leasing period of performance. CLIN 0005: Option IV (if exercised): Modular Trailer, price per month Lease: (01 Oct 97 - 30 Sep 98). CLIN 0006: Option V (if exercised): Modular Trailer Purchase, prior to or upon completion of CLIN 0005 leasing period of performance. CLIN 0007: Option VI (if exercised): Modular Trailer, price per month Lease (01 Oct 98 - 30 Sep 99). CLIN 0008: Option VII (if exercised): Modular Trailer Purchase, prior to or upon completion of CLIN 0007 leasing period of performance. CLIN 0009: Option VIII (if exercised):- Modular Trailer, price per month Lease (01 Oct 99 - 30 Sep 2000). CLIN 0010: Option IX (if exercised): Modular Trailer Purchase, prior to or upon completion of CLIN 0009 leasing period of performance. CLIN 0011: Option X: One time disassemble charge/freight charge out for CLINs 0001AB, 0003, 0005, 0007, or 0009 which may be exercised at any time during the period of performance of the basic or option periods, if exercised. SCHEDULE B: CLIN 0001: Purchase of Modular Trailer (7,200 sf). The contractor shall provide a 7,200 sf Modular Trailer Facility complete and ready for use (delivery, set-up, final clean-up) not later than ninety (90) calendar days after award. GENERAL REQUIREMENTS: Modular trailer shall comply with: a. State of California Division of Housing and Community Development Title 25 Codes, Occupational Health and Safety Act (OSHA) and Uniform Federal Accessibility Standards (UFAS), and all other applicable city, state, and federal requirements in accordance with best commercial practices. GENERAL DESCRIPTION: The requirement shall include the contractor furnish all labor, materials, services, equipment and connections to provide rental and/or purchase (if options are exercised) of the modular trailer units, including their site preparation and shall ensure units are set level and appropriately hooked up to all required utilities and their points of connection. Utilities shall include electricity, water, telephone, local area network hookups (LAN), sanitary sewer, air conditioning and heating and other incidental related work. Installation work shall be located at the Marine Corps Tactical Systems Support Activity, Camp Pendleton, California. Modular units need not be new, re-configured, like-new modular trailer which meet the required performance specification stated herein are acceptable. Compliance with all Federal, State and Local Regulations pertaining to water, air, environmental and noise pollution. The contractor shall dispose of rubbish and debris from Government property as required in accordance with federal, state, local requirements and Marine Corps policies. The proposed modular trailer shall meet or exceed the following minimum functional and performance specification: a. Offices spaces for fifty-five (55) personal workstations with individual phone and LAN connection per workstation to include twenty-six (26) offices, 11 feet by 6 feet, two (2) conference rooms, one (1): 41' by 23' and one (1): 25' by 11'. b. Wood or aluminum siding with matching skirting. c. Standard paneled interior partitions. Partitions in corridors shall be one (l) hour fire rated. d. Each office shall have standard hollow core interior doors . e. Key locks on all interior and exterior doors, individually keyed with one master key to open all doors and four keys (one original and 3 copies) per door. f. Two (2), 6' X 6'8'', exterior storefront type double doors equipped with panic hardware. g. Landing, handicap ramp and awning at door. h. Exterior offices shall have 4' X 3', aluminum sliding windows with screens and mini-blinds (neutral and matching color). i. 12'' x 12'' standard VA floor tile in rest- rooms, utility room and mess/kitchen area. All other areas shall have matching commercial graded carpeting (neutral and matching color). j. 2' x 48'' suspended ceiling grid system or sprayed acoustical. k. Diffusers on all fluorescent fixtures. l. One (1) male and one (1) female restroom, each containing: one (l) urinal (male restroom only), two (2) toilets each (one per room shall be for handicapped), two (2) sinks each, two (2) fiberglass showers with privacy screen each, one (l) 4' bench each, and two (2) mirrors (medicine cabinet size). m. One utility room which shall have one (l) porcelain sink and one (l) sixty-six (66) gallon electric hot water tank. n. One kitchen/mess area which shall have one (l) double sink with garbage disposal, upper and lower kitchen cabinets with doors. Kitchen/mess area shall have separate circuitry from office/conference areas. o. Standard electrical receptacles shall be installed according to N.E.C. p. 100 amp, single phase service panel, shall be surface mounted on each unit. q. One (1) twenty amp plug shall be dedicated for a paper copier. r. Modular trailer units shall be accessible for underground service. s. Six (6) exterior lights, High Pressure Sodium Lucalox type lamps. 5OW, shall be installed: one (l) on each corner and one (l) on each side of the exterior of the modular trailer. t. A three (3) ton A/C heat pump, air supply and return ceiling ducted shall be installed in each unit. u. Modular trailer floors shall have the capacity to support the weight of multiple class 6 security file cabinets (600 pounds each). EXECUTION: The contractor shall: provide and install the modular units, prepare units for utility connections for all on-site connection points as furnished by the Government, set units plumb and level, and shall provide all traffic control during set-up, installation and take down keeping one lane of traffic all times. MAINTENANCE: The contractor shall: Provide maintenance on the modular units (except replacement of light bulbs) for the entire contract period of performance. Maintenance shall include repairs of all defects within 24 hours of telephone notification. Maintenance shall include HVAC, heat pump, mechanical, plumbing, structural, roof and electrical repairs. No janitorial maintenance shall be required. The contractor shall not be responsible for repairs necessitated by abuse or vandalism. UTILITY COORDINATION: The contractor shall coordinate with the Contracting Officer on all utility work. The contractor, through the Contracting Officer, shall arrange an outage with the electrical shop, and it shall be the Contractor's responsibility to make sure circuit is de-energized before starting work and remains de-energized during the splicing. The contractor shall give fourteen (14) days notice of actual outage required. No exiting utility shall be interrupted until all necessary materials, equipment and personnel are on hand, and all possible preliminary work has been accomplished. TAKE DOWN AND RETURN: The modular units, tools, equipment, surplus material and debris shall be removed from the site within sixty (60) days from the termination of the lease, without additional leasing charges to the Government. Utilities shall be capped and remain in place. INSURANCE: The contractor shall provide insurance on the modular units to include fire, vandalism, user wear and tear, extended coverage and other coverage as required by the modular unit manufacture and Government. ITEM 0001 shall be delivered and accepted at MCTSSA, Contracting Office, Camp Pendleton, CA 92055-5171 no later than ninety (90) calendar days after award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. For evaluation purposes, the provision at FAR 52.212-2, Evaluation-Commercial Items shall apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose bid conforming to the solicitation will be most advantageous to the Government, price and price-related factors considered. The following price-related factors shall be considered to evaluate bids: Delivery capability, past performance, and price. The offeror shall identify where the offered items meet or does not meet each of the Governments functional and performance minimum specification listed herein. The offerors shall provide the names, contact points, and telephone numbers of three (3) commercial or government customers that are currently using the items being offered for purposes of past performance evaluation. Delivery and past performance, when combined are significantly more important than price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items, Subparagraphs (a), (b)(1), (2), (3), (5), (6), (7), (8), (9), (10), (13), (15), (d) and (e), apply to this acquisition and are hereby incorporated by reference. Offers are due in the MCTSSA Contracts Section, P.O. Box 555171, Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 17 July 1996. The point of contact for information regarding this solicitation is Sandra Ingram at (619)725-2147. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0122 19960627\X-0001.SOL)


X - Lease or Rental of Facilities Index Page