Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1996 PSA#1656

Officer 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