Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

Department of Defense, OSD/WHS, Real Estate and Facilities Directorate, Facilities Contract Office, Room 5A523 Pentagon, Washington, DC 20301-1155

E -- FURNISH AND INSTALL ONE DOUBLE WIDE OFFICE TRAILER SOL MDA946-00-R-0009 DUE 031000 POC Contract Specialists, Dorothy Mills, 703-695-5185, Donna R. Truesdel, Contracting Officer Desc: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A site visit will be held on 2/24/00 at 10:00 a.m. All prospective offerors are encouraged to attend the site visit. Applicable electrical and other drawings will be provided to all attendees. All parties interested in the site visit must contact Ms. Dorothy Mills on (703) 695-5184 by 2:00 p.m. on 2/22/00. (ii) For the purpose of this acquisition the solicitation number is MDA946-00-R-0009, this is a request for proposals. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15, dated 12/27/99. (iv) This procurement is 100% set aside for small business concerns. The small business industrial classification for this type of service is 5271 with annual receipts of $9.5 million. (v) Provide a total price for the following contract line item number (CLIN) as follows: CLIN 0001 Furnish and Install one (1) double wide office trailer with an overall outside dimension of 60 feet long and 28 feet wide with one restroom and one storage area. (vi) Description of requirement: The contractor shall furnish and erect a double wide storage/office trailer with an overall outside dimension of 60 feet long by 28 feet wide. The trailer will be modular with standard metal exterior siding, manufacturer's standard roofing, double glazed, single hung windows, vinyl floor tile, suspended acoustical false ceiling, drywall true ceiling, paneled interior office walls, oak or birch veneered hollow core interior doors, steel insulated exterior doors, rest room with shower, a storage area, two HVAC systems with all controls, ducting, and diffusers, foundations, tie downs, two complete electrical distribution systems, plumbing and plumbing fixtures, roof, wall and floor insulation, galvanized steel belly pan, hardware, interior and exterior trim, wooden entrance ramp with landings, and other finishes as required to provide a complete turnkey ready to occupy facility. The contractor will be responsible for compliance with all national building and occupancy design codes, and any over the road transport permits needed to get to Arlington, VA. There are no state or Arlington County, Virginia building or excavation permits required for this federal property job site. The contractor shall provide a guaranteed manufacturer's standard roof system designed to span the areas without fixed partitions that will provide an inside clear height of 102 inches and a true ceiling height of 110 inches. The roof will have an insulation value of R19 with passive air exchange adequate for the size of each trailer. The roof slopes shall be designed to promote positive roof drainage, and shall include installing drip stops/lips over each door. These drip stopswill be 48 by 4 inches over three foot doors and 60 by 4 inches over the four-foot door. Each stop will have a slight peak to better direct the water roll off away from the door. All stops will be screw attached and caulked with silicone caulking. Potable water line, sewer line, sanitary holding tank, communications, electrical and telephone utilities are available at the site. The contractor will be required to connect the power, water and sewer. Telephone and communication lines interface points (IP) will be provided. The contractor will furnish and install two each, 2 inch, plastic conduits from the telephone panel location shown on the drawings to a point that will allow connection to the telephone and communications IP as shown on the electrical drawing. The contractor will furnish and install two each; 3-inch PVC conduits as shown on the electrical drawings for electrical service entrance. These conduits will be attached to the underside of the trailer and not trailed along the ground. Based on conditions known when this SOW was being written, no underground utility excavation will be necessary. However, the contractor must be prepared to do so if deemed necessary. Contractor may assume soil-bearing capacity of 2000 PSF. The contractor should participate in any pre-award site inspection offered and failure to do so will not constitute grounds for claim after contract award. The existing modular unit is supported using surface placed Concrete Masonry Unit (CMU) blocks, which have proved to provide adequate support. If the manufacture recommends against surface mounted footings, the contractor must provide all necessary materials and labor to install the dug/poured footers in accordance with the manufacture's instructions. Vertical and diagonal hurricane straps shall be secured to augur type anchors. Interior module seams shall be waterproofed with matching materials. Skirting shall be installed around the complete exterior of the facility and be standard aluminum skirting panels attached to pressure treatedlumber for support as required. The trailer will conform to the specifications and drawings provided. The contractor will provide a turnkey package that will include all materials, equipment and labor to deliver, setup, make water tight and anchor the trailer. All work shall be performed, Monday through Friday, from 7 A.M. to 5 P.M. (vii) Location: The trailer will be located at the Pentagon Renovation Support Complex, 100 Boundary Channel Drive, Arlington, VA. 22202. The complex is located on federal property at the end of the North Parking Lot, The Pentagon, just North of the intersection of Jefferson Davis Highway (VA. Route 110) and Washington Blvd (VA. Route 27). (viii) FAR Clause 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. (ix) FAR Clause 52.212-2, Evaluation Commercial Items is not applicable. The Government intends to evaluate proposals received and award a contract without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Prospective offerors shall provide a copy of their specifications along with their proposal and any warranties applicable. The Government will take into consideration all warranties offered when evaluating proposals. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. (x) Offerors are required to provide a completed copy of the provision at 52.212-3, Offerors Representations and Certifications-Commercial Items. (xi) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii) FAR Clause 52.212-5, Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition. Applicable Clauses: FAR Clause 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18, and 52.225-3. (xiii) Contractor shall, upon completion of the installation activities, provide to the government, all documentation of installed amenities to include warranty information, local service representative's toll free telephone numbers, and points of contact and telephone numbers of his/her organization. In accordance with DFARS Subpart 252.204-7004 Central Contractor Registration, contractors must be registered with the Department of Defense Central Contractor Registry in order to be awarded a contract. Vendors may register by way of the Internet at the following Web site: http://www.ccr2000.com. (xiv) The Defense Priorities and Allocations system (DPAS) is not applicable to this procurement and no rating has been assigned. (xv) Commerce Business Daily Note 1 applies. (xvi) Offers are due: February 28, 2000, Time: 1400 hours, Location: DOD/OSD/WHS, Real Estate and Facilities Contracting Office, 1155 Defense Pentagon, Room 5A523, Washington, DC 20301-1155. Offerors who wish to hand carry their proposals must bring them to either the Metro or South Parking entrances of the Pentagon for pickup. Any further inquiries should be forwarded via facsimile on (703) 693-6807. No telephone inquiries will be addressed regarding this solicitation. (xvii) The Points of Contacts for this requirement are Ms. Dorothy Mills, Contract Specialist and Ms. Donna Truesdel, Contracting Officer. We can be reached at (703) 695-5185, or (Fax) 703-693-6807. Posted 02/11/00 (W-SN424755). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0034 20000215\E-0001.SOL)


E - Purchase of Structures and Facilities Index Page