Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

Officer 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