|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160Officer in Charge of Construction, Box 555229 Oceanside, CA 92055-5229 X -- LEASE OF TEMPORARY RELOCATABLE FACILITIES, MARINE CORPS BASE,
CAMP PENDLETON SOL N68711-98-Q-0254 DUE 090398 POC Kathy Clemens,
Contract Specialist (760) 725-8239/Contracting Officer E. Charette
E-MAIL: Officer in Charge of Construction, Camp Pendleton,,
kkclemens@efdswest.navfac.navy.mil. 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 documentation and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-4. This
requirement is being solicited as 100% set-aside for small business
concerns. The Standard Industrial Code is 3448. The size standard is
500 employees. The work will include but is not limited to all labor,
supervision, tools, materials, equipment, transportation, and
facilities necessary to provide relocatable facilities to meet
specifications, delivery, set-up, leveling, tie-down maintenance, take
down and removal of the leased facilities. The relocatable facilities
shall be set up and ready for occupancy 15 days after award of this
contract. This contract shall be a combination firm-fixed
price/indefinite quantity requirement for the acquisition of a
commercial use mobile building in accordance with the specifications
stated herein. The contract schedule will be as follows: The base
period contains Items 0001 and 0002. Item 0001 is subdivided into AA
and BB. Item 0001AA is to modify, deliver, assemble, level, anchor and
set-up relocatable facility. Item 0001AB is the monthly rental (incl
ramp and stairs) of a relocatable facility for 12 months. Item 0002
will only be used for the take down and removal of this facility if
removal is required during the base period. There are two (2) option
periods with up to a maximum of twenty-four (24) additional months of
rental possible. Items 0101AA and 0201AA are for the monthly rental of
the relocatable facility in each option period. Items 0102AA and
0202AA are the indefinite quantity items for take down and removal of
the relocatable facility if removal is required during the option
periods. GENERAL BUILDING REQUIREMENTS: The relocatable facility
provided shall meet B2 occupancy standards for commercial coach
buildings as approved by the Department of Housing for the State of
California, and shall be clean and capable of remaining in good
condition for the term of this contract (the relocatable facility may
be used/refurbished. The relocatable facility shall provide not less
than 1,395 square feet (minimum 24'X60'exterior dimension), and shall
be set up on location and configured with windows, doors, electrical
switches and outlets, telephone connections, reception counter
w/sliding glass window and office walls/partitions and inaccordance
with appropriate codes and regulations. The relocatable facility at the
site shall comply with the Uniform Building Code, and seismic, wind,
and static loading requirements for the occupancy indicated. Ceiling
height shall no be less than eight feet. The exterior of the
relocatable facility shall be aluminum siding, neutral in color, i.e.
gray, beige or tan siding with contrasting trim color and with matching
skirting. INTERIOR LAYOUT: Facility shall contain eight (8) distinct
areas, to include an employee lounge/conference room, five (5)
individual office spaces, reception area/office, and a center hallway.
The reception area (room #1) shall be located at the NorthWest corner
of the facility and measure approximately 8'Wx9'D. Working South, the
reception office (room #2) shall be located next to the reception area
on the west side of the facility and measure 11'Wx9'D. One office space
(room #3) shall be located next to the reception office and measure
approximately 14'Wx9'D. The conference room (room #4) shall be located
next to the reception office and measure 16'Wx9'D. The employee lounge
(room #5) shall be located next to the conference room in the South
West corner and measure 9'Wx6'D. NOTE: there is no interior wall
separating the conference room and employee lounge. The remaining
office spaces shall be located along the east side of the facility.
Working South from the North East corner, the first office space (room
#6) shall measure approximately 11'Wx10'D. The next office space (room
#7) shall measure 19'Wx10'D. The next office space (room #8) shall
measure 18'Wx10'D. The final office space (room #9)located in the South
East corner shall measure 10'Wx10'D. The hallway shall run the center
length of the facility and measure 3'4"W. RAMP/STAIRS/LANDING: Provide
and install one (1) ramp and one (1) landing at the main entrance to
the reception area. The ramp shall measure 4'Wx22'D. The landing shall
measure approximately 7'x5'. Provide and install one (1) set of stairs
and one (1) landing at the South entrance. The landing shall measure
approximately 4'x4'. The ramp, stairs and landings shall be rigidly
constructed and coated with a non-skid surface; have handrails,
guardrails and meet all applicable requirements of the Uniform Building
Code. WINDOWS: Provide sixteen 16) aluminum sliding exterior windows
and screens and one (1) dual sliding interior reception window (no
screen). For the exterior windows, starting at the reception area and
working south, install one window approximately 2'x3' adjacent to the
entrance/exit door. All remaining exterior windows shall measure
3'Wx4'H. Install one (1) window each in the reception office and
adjacent office space. Install three (3) windows evenly spaced along
the west wall of the conference room/employee lounge. Install one (1)
window on the south wall of the employee lounge. On the north side of
the facility at the hallway, install one (1) window. Starting at the
office space at the North East corner and working South, install two
(2) windows per office space. The North East corner office shall have
one (1) window on the North wall and one (1) window on the East wall.
The South East corner office shall have one (1) window on the East wall
and one (1) window on the South wall. The two center office spaces
shall have the two windows evenly spaced. The one (1) interior
reception window shall measure approximately 4'x4' and installed
centered between the reception area and the reception office and
include an 4'Lx1-1/2'W reception counter beneath the window on
reception area side. WINDOW COVERINGS: All exterior window covering
shall be white mini-blinds. DOORS: Provide two (2) exterior
entrance/exit doors and eleven (11) interior doors. The main exterior
entrance shall face West at the North West corner of the facility
accessing the reception area, and the side exterior entrance shall face
South at the South end of the facility accessing the hallway. Both
exterior doors shall have tempered glass approximately 1'x1' at eye
level, identically keyed locking knobs, panic hardware (ADA
requirements) and hydraulic closures. Interior doors shall be installed
from the hallways into the individual spaces as follows: install one
door each in rooms # 2,3,4,5,6 and 9. Install two doors each in rooms
# 7 and 8, one at each end of the room. Install one interior door from
room # 2 into room # 3. The interior doors shall be 36" solid core
interior doors with locking door knobs. Doors shall meet applicable
requirements of NFPA 101. WALLS: All interior and corridor walls shall
be made of sound deadening material from floor to ceiling for privacy
and vinyl covered with neutral color, i.e., tan, beige or light gray.
The reception area shall have one (1) 4'Hx4'W half wall on the South
East corner of the reception area/hallway. FLOOR COVERING: Provide 20
ounce industrial pile (medium gray in color) carpeting in all spaces.
CEILING: Provide 24"x48" suspended ceiling, made of sound deadening
materials, in T-bar grid system. ELECTRICAL WIRING AND EQUIPMENT:
Comply with the requirements of NFPA 70, the California State
electrical Safety Code, and the following: (1) Panelboard: Circuit
breaker type for connection to 100 amp single phase, 120/240 volt
feeder. Extend service connections through exterior of trailer and
bring together in once location ready for service connection. Service
panel to be grounded with copper ground wire to a depth of 8 feet.
Provide riser with weather head approximately 3 feet above top of
trailer with 5 feet of wire for connection at the North East corner of
the facility. The Government will make service connection. (2)
Receptacles: Provide twenty seven (27) 125 volt, NEMA 1, duplex 20A
3-wire grounding type convenience receptacles spaced in accordance with
applicable codes along exterior walls and as follows: In space #1,
provide two receptacles on the North wall, in spaces # 2,3, and 4
provide two receptacles along the West wall, space #5, provide one (1)
receptacle on the West wall and one on the South wall, in space #6
provide two receptacles on the North wall and two receptacles on the
East wall, in spaces # 7 and 8 provide five receptacles in each office
along the East wall, in space # 9 provide one receptacle on the East
wall and two receptacles on the South wall. (3) Lighting: diffused
fluorescent lighting with a 2'x4' fixture. 4) Provide and installtwo
interior emergency exit lights with battery backup mounted inside above
doors. (5) Provide and install two exterior lights with photocell
control mounted outside above each door. HEATING AND AIR CONDITIONING
SYSTEM: provide one 2-1/2 ton heat pump with air supply and return
ceiling ducted in each unit. The heating and air conditioning system
shall be thermostatically controlled and capable of maintaining
interior temperature above 65 degrees F when outside temperature is 40
degrees F and below 65 degrees F when outside temperature is 100
degrees F. Normal office occupancy and heat generating equipment shall
be considered when sizing equipment and maintaining interior
temperature. Install two thermostat controls on the South walls of
rooms # 2 and 7. TELEPHONE OUTLETS: provide and install ten telephone
jacks to be wired from wall jack up through the ceiling, vice floor,
all running to a phone junction block to be located in the reception
area along the North wall. The phone junction box shall be
aesthetically complimentary to the room decor with no exposed wiring.
LOCATION: the relocatable facility shall be installed in the vicinity
of Building 16124 in the 16 Area at the location indicated by the
Contracting Officer. The facility shall be placed with the trailer
hitch facing South. The main entrance/exit shall face West at the North
West corner of the facility accessing the reception area. A second
entrance/exit shall face South on the South side of the facility and
access the hallway. DELIVERY AND SET-UP: The complete delivery and
set-up of the facility shall be ready for occupancy 15 days after
contract award. Delivery and set-up shall include: a. Delivery of
relocatable facility, stairs, ramp and landings to the site. b.
Locating, assembly to form a single office space, installing
anchors/tie downs and leveling, using as a minimum four inch blocking
to prevent leveling jacks from sinking. C. Installation of skirting,
stairs, ramp and landings. The contractor shall remedy at the
contractor's expense any failure to conform, any defect, of parts,
materials, and workmanship. The Government will notify the contractor
in writing within a reasonable time after the discovery of any failure,
or defect determined by the Government to be due to the performance of
the work under this contract. WORK SCHEDULE: The schedule shall list
the start date and time and the estimated time of completion. The work
schedule shall be submitted to the Contracting Officer for approval at
the pre-performance meeting. Once approved, all work shall be performed
in strict compliance with the work schedule to facilitate the
government's inspection of the work. Changes to the work schedule shall
be submitted for the Contracting Officer's approval at least three
working days prior to performance. A pre-performance conference will be
held within 3 days prior to the contractor beginning work to discuss
the general terms of the contract. PROVISIONS: The following provision
shall be submitted with the offer: FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, FAR 52.212-1
Instructions to Offerors applies to this acquisition. The Clauses at
FAR 52.212-4 Contract Terms and Conditions-Commercial Items and FAR
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items, will form a part of any resulting
contract. Offers are due no later than 4:00 PM, local time, September
3, 1998. No email or other internet submission of offers will be
accepted. Offers may be mailed, hand delivered or facsimile transmitted
to the OICC, Building 22101, Marine Corps Base, Camp Pendleton, PO Box
555229, Camp Pendleton, CA 92055-5229. The telephone number for
facsimile transmissions is (760) 725-3222/8210. IN ACCORDANCE WITH
DFARS 252.204-7004, ALL CONTRACTORS MUST BE REGISTERED IN CENTRAL
CONTRACTOR REGISTRATION (CCR) DATABASE, IN ORDER TO BE ELIGIBLE FOR
AWARD.***** Posted 08/13/98 (D-SN236932). (0225) Loren Data Corp. http://www.ld.com (SYN# 0172 19980817\X-0001.SOL)
X - Lease or Rental of Facilities Index Page
|
|