Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,2000 PSA#2616

USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road, Athens, GA 30605-2720

54 -- ACQUISITION OF FOUR MOBILE OFFICE TRAILERS/BUILDINGS, GAINESVILLE, FL SOL RFQ-010-4384-00 POC Pat Lang, Procurement Assistant, (706)546-3533; Alan Moore, Contracting Officer, (706) 546-3530 The USDA Agricultural Research Service (ARS) proposes to acquire four mobile offices equipped as research laboratories from Williams Scotsman, Inc., on a sole-source basis. Although ARS recognizes that under normal circumstances such mobile trailers can be acquired from more than one source, the circumstances pertaining to this acquisition allow sole source acquisition in accordance with FAR Part 6.3. During the renovation of the ARS Gainesville facility, four trailers were leased to allow the research to continue. The ARS location is now in need of buying these units. Replacing the leased units with new units would cause a serious disruption in the research being conducted. Also, the Government would have to duplicate the expenses it has already incurred in installing chemical fume hoods, wall storage cabinets, and laboratory bench space. The trailers are already wired to accommodate high wattage equipment including insect growth chambers, refrigerators, and other scientific equipment. The expense of other modifications, such as telephone and Internet wiring, would also have to be duplicated. Other expenses, such as the movement of the equipment already housed in the leased buildings and preparation of the buildings to be returned to the lessor, would be avoided if the Government buys these leased units. The duplication of these costs to the Government is not expected to be recovered by any savings that might result from competition, and thus it is not in the public interest to seek full and open competition for this acquisition. In an informal market survey for this acquisition, a questionnaire was sent to 70 vendors to gather information concerning the feasibility of making this acquisition with full and open competition. That we did not receive a single response expressing interest in meeting the requirements of this project, coupled with the information provided above, led to the decision to make this acquisition on a sole-source basis. See numbered Note 22. (i) This is a combined synopsis/solicitation for commercial items 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; prices are being requested from an identified sole source and a written solicitation will not be issued. Other vendors who feel they can meet the requirements of this project may also provide a response, which will be evaluated. (ii) This solicitation number RFQ-010-4384-00 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. (iv) This procurement is unrestricted. The standard industrial classification code is 3448. The small business size standard is 500 employees. (v) CLIN 1, Mobile trailers modified to serve as laboratory space, four each (this line item will include the removal, storage, and re-installation of the equipment). CLIN 2, Preparation of leased trailers to return them to thelessor, one lump sum. (vi) If a quoter would like to provide a price for new units, the following requirements apply. These requirements are the minimum to bring any newly-purchased units to the same condition as those being leased. Delivered units will need to be modified to be able to facilitate the equipment currently being used in leased facilities. Modifications will result in two side-by-side rooms approximately 18 feet long on one end of the trailer. Each required unit is approximately 60 feet by approximately 20 feet, with four vision windows, five smoke detectors, 19 fluorescent light fixtures (with minimum two 40-watt lamps each), one unisex handicap accessible restroom and two entry ways midway down the length of the trailer (one on each side). Schematics showing the proper lighting location and modifications will be provided the successful quoter. All electrical features must meet the NEC or local electrical codes, whichever is more stringent. Doors must meet UFAS standards for handicap accessibility. Each trailer shall have a packaged heat pump, nominal 5.0 ton cooling capacity, with 5.0 kW auxiliary strip heating element. The HVAC unit shall be ducted to all rooms for even distribution. A thermostat must be provided for each trailer, as well as a humidifier for the central room to maintain 80% relative humidity in one trailer. Buildings shall be equipped with steel undercarriages designed to distribute loads to the foundation and to maintain the structural integrity of the buildings after installation. The color of the exterior finish will be selected by the Contracting Officer from the vendor's color chart of currently available standard colors. The trailers must be not more than four years old. They must be approved for Florida Department of Commercial Affairs (DCA) and business code 6, and shall meet wind code 2. Building structure, equipment, and tie-down shall meet Alachua County and DCA minimum requirements. The units must be capable of being re-mobilized for further transport. The project includes re-installing existing handicap wood ramp (with handrails) and stairs (with handrails), setting up, tying down, and modifying the buildings, making utility connection, making inside telephone and Internet connection, and removing, storing, and re-installing the equipment. (Based on warranty requirements, some coordination with the equipment manufacturer may be required.) Quoters should contact Elaine Holmes, Purchasing Agent, (352) 374-5843, to make an appointment to view the equipment which must be re-located. The vendor shall make all necessary modifications and preparations to return the leased trailers to the lessor. Preparations shall meet all requirements by all regulatory agencies having jurisdiction over interstate transportation. (vii) Delivery shall be FOB Destination, USDA ARS, 1600-1700 SW 23rd Drive, Gainesville, FL 32608, within 30 days of contract award. The vendor shall notify the Contracting Officer in writing at least five days before the firmly-scheduled delivery date (to provide occupants time to prepare to vacate the existing units). Acceptance shall be made at destination. The contractor must schedule his operations so that the leased facilities are removed from their current location, the new mobile buildings placed, modifications made and equipment made operational within 15 days from the delivery of the new units (this strict time-frame is required to keep interruption of ongoing research to a minimum). Preparation of the leased buildings for transport can be made after the new units are operational, but the preparation must be completed within 30 days of the delivery of the new units. The successful vendor must coordinate with the lessor for the requirements of returning the leased units to their original condition for shipment. (viii) The provision as 52.212-1, Instruction to Offerors -- Commercial, applies to this acquisition. Quoters choosing to provide a price for this acquisition must provide descriptive literature showing their proposed product, as delivered and modified,meets all specifications identified herein. Quotes which do not include sufficient information depicting how the vendor meets all requirements will not be considered. (ix) The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications -- Commercial Items, with its proposal. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.203-10; 52.219-8; 52.219-23; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-15; 52.225-16; and 52.232-34. (xiii) The contractor shall extend to theGovernment the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. (xiv) Responses are due 15 days from the date this notice is published in the CBD by 4:30 p.m. local time at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). (xv) Point of contact for this acquisition is Pat Lang, Procurement Assistant, (706) 546-3533, fax (706) 546-3444. Posted 06/05/00 (W-SN461300). (0157)

Loren Data Corp. http://www.ld.com (SYN# 0234 20000607\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page