Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

X -- LEASE OF MODULAR TRAILER FOR TRINITY MTN HELITACK, SHASTA-TRINITY NF

Notice Date
February 13, 2001
Contracting Office
U.S. Forest Service, Northern Province Acquisitions, Willows Office, 825 N Humboldt Avenue, Willows, CA 95988
ZIP Code
95988
Solicitation Number
RFQ-NP-14-01-060
Response Due
February 27, 2001
Point of Contact
Marilyn Ladd, Procurement Assistant, (530) 934-1114
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotation, RFQ-NP-14-01-060. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. If you are a contractor under GSA contract, please note this with your offer and indicate whether or not you are quoting the GSA contract price. This is a total small business set-aside, NAICS Code 531120, size standard, $5.0 million average annual receipts. This requirement is for two line items as follows: Line Item 001- Quantity 1 12-month Lease of Modular Trailer; Line Item 002 Quantity 1 Delivery and set-up of trailer. Resulting contract will be for a 12 month lease for a modular trailer, 12 x 40 with kitchen, bathroom and air conditioning. General use will be for office use by helitack crew with need for small kitchen facility. Must be able to bear a snow load of 100 pounds. Building shall meet all applicable building codes. The desired layout is for a large office area, 12 x 12 feet with 4 electrical outlets and 4 phone line jacks; center area, 12 x 16 feet with 6 electrical outlets and 6 phone jacks; kitchen area 12 x 6 feet with 4 electrical outlets and 1 gas line compatible with standard LPG tanks; bathroom 12 x 6 feet with shower unit, sink and toilet. Other layouts will be considered. All electrical and phone shall be wired to an outside box. Contractor shall provide steps or ramps for all entrances, no skirting is necessary. The Government will level and mark site for the building prior to arrival; electrical, phone and septic hookups will be available. Building to be mounted on standard pillars. Current soil structure at the site is rock with serpentine quarries. The Forest Service will furnish own refrigerator, microwave and stove. A specification sheet or other such similar information shall be submitted with your offer to provide the Government sufficient information to determine if the trailer offered meets all Government requirements. Delivery and installation shall occur by April 1, 2001. Delivery to Trinity Mountain Helitack Base. From Redding, California take Hwy 299 west to Trinity Dam Blvd (Hwy 105), turn north. Travel to the town of Lewiston and continue north 7-8 miles. Turn left at Trinity Helitack Base/Trinity River Conservation Camp, travel approximately 3 miles to the Helitack base on the left side of the road. All bridges to be crossed during transit to the helitack base are rated for 80,000 lbs. No load capacity should be a factor in delivery. The left turn up to the helitack base is a single lane road with a some semi-sharp turns to negotiate. Other modular buildings have been delivered using this road system. It is recommended that the contractor pre-inspect the road system. The following provisions are incorporated by reference with the same effect as if they were in full text: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2 Evaluation Commercial Items includes the following evaluation criteria; past performance (including timely deliveries), technical capability, and price, these criteria are listed in descending order of importance. Offerors shall include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representation And Certifications-Commercial Items. The Offeror is required to provide their Contractor's DUNS Number with their quote. The following clauses apply to this acquisition and are incorporated by reference into the resulting contract with the same effect as if they were in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items; which include the following paragraphs of the clause (b)(1), (11), (12), (13), (14), (15), (17),(18)(ii), (19), (23), and (c)(1)(2)(4). All responsible sources may submit an offer, which, if received in a timely manner, will be considered by this agency. Offers are due February 27, 2001 by 4:30 p.m. PDT at 825 N. Humboldt Ave., Willows, CA 95988. Offers may be FAXED to (530) 934-7773. Solicitation number should be included on all information included with your offer. For further information regarding this project contact Marilyn Ladd at (530) 934-1114. See numbered Note 1.
Record
Loren Data Corp. 20010215/XSOL002.HTM (W-044 SN50D5Z4)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com