|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1996 PSA#1656Officer in Charge of Construction, P.O. Box 209 Oceanside, CA
92049-0209 X -- MODULAR OFFICE TRAILER RENTAL AT THE MARINE CORPS BASE, CAMP
PENDLETON, CALIFORNIA SOL N68711-96-Q-3867 DUE 071296 POC Al Munoz,
Contract Specialist, 619-725-3525/ Contracting Officer, E. Charette,
619-725-3222 This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in Federal Acquisition
Regulation (FAR) Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. This solicitation is being issued as
a Request for Quotations (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-37. This solicitation is 100% set-aside for
small business concerns. The Standard Industrial Code (SIC) is 2452.
The size standard is 500 employees. The work will include all labor,
approved materials, equipment, transportation and supervision necessary
for the delivery, set-up, maintenance, rental, take-down and removal of
ONE 60' X 24' mobile modular office trailer with an occupancy code of
B-2 at the 16 Area at the Marine Corps Base, Camp Pendleton, California
and incidental related work. This requirement will be a firm-fixed
price contract for trailer rental in accordance with the specifications
stated herein. The contract schedule will be as follows: Item 0001 -
Modification of office trailer to meet specifications. Item 0002 -
Delivery, assembly, level, anchor and set-up of office trailer. Item
0003 - Monthly rental of modular office trailer per month for 12
months. Item 0004 - Take down and removal of office trailer. Item 0101
Monthly rental of office trailer per month for 12 months (1st option
period). Item 0102, Take down and removal of office trailer. Quotes
must be submitted on all items. Maintenance and take-down and removal
of the the office trailers which will include site cleanup and
restoration will be an included and necessary part of the contract
specifications. The rental period shall begin from the date of
contractor completion of delivery and set-up and Government acceptance
of the facilities. GENERAL DESCRIPTION: The office trailer provided
shall meet B-2 occupancy standards for commercial coach building as
approved by the Department of Housing for the State of California,
comply with State of California Division of Housing and Community
Development Title 25 Codes, Occupation Safety and Health Act (OSHA) and
Uniform Federal Accessibility Standards (UFAS) and all other applicable
city, county, state and federal requirements in accordance with
commercial practice and shall be capable of remaining in good condition
for the term of the contract, including any option periods. The trailer
will be not less than 1,395 square feet (24' X 60' double-wide) placed
as directed by the Contracting Officer. STAIRS, LANDING AND HANDICAP
RAMP: Provide and install minimum size stairs, landing and handicap
ramp at each entrance. All stairs, landings and handicap ramps shall be
rigidly constructed and coated with a non-skid surface. The landing,
stairs and handicap ramps shall have handrails and guardrails, and meet
all applicable requirements of the Uniform Building Code. WINDOW
COVERINGS: Window coverings shall (at a minimum) have window shades and
approved tint. Windows shall be equally spaced. FLOOR COVERING: Provide
20 ounce industrial pile (medium gray in color) carpeting in all
spaces. ELECTRICAL WIRING: Comply with the requirements of NFPA 70, the
California State Electrical Safety Code, and the following: Panelboard,
circuit breaker type for connection to single phase, 120/140 volt
feeder. Extend service connections through exterior of trailer and
bring together in one location for Government service connection.
Outlets: 125 volt, NEMA 1, duplex 20A 3-wire grounding type convenience
outlets spaced 6 feet from corners and not more than 12 feet center to
center. Provide outlets on all interior walls. Provide and install 2
interior emergency light fixtures with battery back-up mounted inside
above doors and 2 exterior lights with photocell control mounted
outisde doors. CEILING: Provide and install 24'' X 48'' suspended
ceiling tiles made of sound deadening material in T-Bar grid system.
WALLS: Interior office and corridor made of sound deadening material
from floor to ceiling for privacy and vynil covered in a neutral color.
The floor plan shall consist of 8 internal office spaces, one not less
than 10' X 26', two spaces at 10' X 19' with a 6' divider wall from
exterior wall from floor to ceiling and a reception area with reception
counter with sliding glass window. An approximate floor plan will be
provided upon request. DOORS: Provide 11 interior 36'' doors with
locking door knobs. the two exterior doors shall have tempered glass,
identically keyed locking knobs, panic hardware and hydraulic closer.
All doors shall meet applicable requirements of NFPA 101. HEATING AND
AIR CONDITIONING SYSTEM: Provide one 2-1/2 ton heat pump with air
supply and return ceiling ducted capable of maintaining interior
temperatures above 65 degrees F when outside temperature is 40 degrees
F and capable of maintaining temperatures below 65 degrees F when
outside temperature is 100 degrees F. Heating and air conditioning
requirements should give consideration to normal office occupancy when
sizing and maintaining interior temperature. TELEPHONE OUTLETS:
Provide 2 X 4 boxes adjacent to electrical outlets for telephone
service. Boxes shall be flush mounted with conduit stubbed 6'' below
the trailer floor at each location for Government service connection.
All electrical and telephone connections and furniture shall be removed
by the Government at the termination of the contract. Monthly rental
shall include maintaining the electrical and mechanical systems and the
structural integrity in good condition. The contractor shall be
available at all times while work is being performed. Contractor
response to requests for maintenance shall be responded to within 24
hours. The Government will be liable to the Contractor only for such
damage to the equipment as may be caused by negligence on the part of
the Government. The Government will not be liable to the Contractor for
any damage attributable to reasonable wear and tear. The take-down and
removal shall be accomplished within 10 days after contract completion
or when otherwise directed by the Contracting Officer. INSURANCE: The
contractor shall provide insurance on the modular units to cover fire,
vandalism, user wear and tear, extended coverage and other coverage as
required by the modular unit manufacturer and the Government.
Additional information not related to the price of the quotations shall
be provided with the offer of award to the potential awardee, including
area maps, office location, and Government points of contact. The
provision at 52.212-2, Instructions to Offerors- Commercial Items,
applies to this acquisition. The provision at 52.212-2,
Evaluation-Commercial Items applies to this acquisition. The following
factors shall be used to evaluate offers: Delivery capability, past
performance, and price. The offerors shall provide the names, contact
points, and telephone numbers of three 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 should
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this acquisition. FAC 5252.217-9301,
Option to Extend the Term of the Contract - Services (JUN 1994): (a)
The Government may extend the term of this contract for a term of one
to twelve months by written notice to the Contractor within the
performance period specified in the Schedule; provided that the
Government shall give the Contractor a preliminary written notice of
its intent to extend before the contract expires. The preliminary
notice does not commit the Government to an extension. (b) If the
Government exercises this option, the extended contract shall be
considered to have this option provision. (c) The total duration of
this contract, including the exercise of any options under this clause,
shall not exceed 30 months. Offers are due no later than 4:00 P.M.
Local Time, August 26, 1996. Offers may be mailed, hand delivered or
facsimile transmitted to OICC, Building 22101, Marine Corps Base, Camp
Pendleton, P. O. Box 209, Oceanside, CA 92049-0209. Telephone number
for facsimile transmission is 619-725-3222 or 619-725-8210. The point
of contact for information regarding this solicitation is Al Munoz,
Contract Specialist at 619-725-3525. (0221) Loren Data Corp. http://www.ld.com (SYN# 0147 19960809\X-0001.SOL)
X - Lease or Rental of Facilities Index Page
|
|