SOLICITATION NOTICE
X -- Storage Facilities with Automatic Sprinkler Systems with Water Flow Alarms and Intrusion Alarm Systems
- Notice Date
- 3/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-04-T-0018
- Response Due
- 3/30/2004
- Archive Date
- 4/14/2004
- Point of Contact
- Jerry Lambert, Contract Specialist, Phone 910-432-6978, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
- E-Mail Address
-
lamberje@soc.mil, glasska@soc.mil
- Description
- The US Army Special Operations Commnad, Fort Bragg, North Carolina has a requirement for the following service(s). Storage Facilities as described in the following Statement of Need : THIS ANNOUNCEMNT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WIL NOT BE ISSUED. All quotes shall reference the Request for Quotation Number H92239-04-T-018. OFF-SITE STORAGE AND SERVICES. The Department of the Army, United States John F. Kennedy Special Warfare Center and School (USAJFKSWCS), Fort Bragg, NC requires off-site storage and related services for office furniture, cabinets, and miscellaneous items for a base period six (6) months and one (1) six (6) month option period. The Contractor?s storage facilities must be no more than 25 miles away from Fort Bragg, NC. The required rental services include, but are not limited to, providing rental storage facilities of no less than 25,000 total square feet. It is preferred the rental storage facilities provided under this contract shall be no less than four (4) and no more than ten (10) separate storage facility sites. One continuous space is acceptable, but only, as an alternate of last resort and providing all other requirements of this PWS are satisfied. The Contractor?s storage sites must be free from excessive air pollution and other potential hazards, to include environmental hazards, have automatic sprinkler systems with water flow alarms, have intrusion alarm systems (it is desired these systems have police/security agency connectivity). All contractor facilities shall comply with state and local building codes, such as Fire Underwriter?s Regulations and National Fire Protection Association. The North American Classification code for this effort is 493190. The size standard is 21.5 million. THIS ACTION IS OPEN TO BUSINESSES OF ALL SIZES. The Contractor shall furnish all supervision, labor, facilities, equipment, and material necessary to properly maintain the rental storage facilities provided. The Government shall provide all labor, supervision, administration, vehicles and equipment required to populate the Contractor?s storage facilities with the material to be stored. The Government shall arrange, coordinate and manage the transport of material to and from the Contractor?s off-site storage facilities. The Government shall be responsible for the physical movement of material within the storage facilities and areas immediate thereto, as required. In the event of an emergency, the Contractor shall have permission to move Government material, as need be, if doing so mitigates potential damage to the same. Any such actions shall be fully documented by the Contractor and said documentation presented to the Government immediately following the emergent action(s). The Contractor shall not assume custody of the material stored. The Contractor shall surrender all keys and any other ingress/egress control devices, to include, access codes for alarm systems to the Government for all facilities utilized for the duration of the contract. The Contractor shall not be financially liable for material stored, notwithstanding negligence on the part of the Contractor, or as otherwise afforded by the terms and conditions of applicable contract Clause(s). The Government reserves the right to supplement the ingress/egress control devices as deemed necessary to ensure the security of material stored. The Contractor shall allow uncontrolled access to the rental storage facilities for authorized Government representatives. The Government shall provide the Contractor with a list of these authorized personnel upon contract award. Contractor facilities shall have ingress/egress access portals sufficient to received material to be delivered in large trucks with use of material handling equipment (i.e., forklifts) to move and segregate material in and out of, as well as, within the facilities. It is preferred the Contractor?s facilities have standard commercial loading docks to received eighteen-wheel vehicles, but, sufficient access as previously stated will suffice. The rental storage facilities shall be no more than one (1) story high (e.g., actual storage areas) with a minimum ceiling height of 10 - 12 feet. It is preferred, but, not mandatory the internal configurations of the storage facilities have sectional caged areas within the facilities to facilitate segregation of material stored. An open floor plane is acceptable. At least one (1) of the storage facilities provided shall have a ?warehouse? type office for Government use, as needed. The initial loading of the material to be stored and turn-over of access control (i.e., keys) shall be coordinated between a designated Government official and the Contractor at the time of contract award. The Contractor shall ensure the facilities provided under the contract are secure, to include at a minimum, a continuous lockable parameter fence, and have properly controlled environment conditions for extended term storage conditions. The Contractor shall ensure material in the rental storage facilities are not exposed to moisture or extreme heat. Air conditioning shall be sufficient to meet the current NARA requirement for Federal agencies (ANSI IT9.11 or its current revision). At a minimum, internal temperatures shall not exceed 85 degrees Fahrenheit and humidity levels shall be maintained between 20-55 RH%. The Contractor shall continuously monitor and maintain a permanent record of the humidity and temperature levels of the storage facilities and provide the same to the Government upon request. The Government shall retain authority for granting access of Contractor employees (or subcontractors) to the storage facilities for the duration of the contract. At the time of transfer or completion of the contract, a Government representative shall take inventory of the Government?s property/information; serial number, if applicable; quantity; value; and condition. The Contractor shall immediately notify the COR in the case of any instance where the stored material may be subject to destruction or harm. CONTRACTOR?S STORAGE SITE REQUIREMENTS: The storage facility shall be located at an elevation not less than 7.7 meters (25 feet) above the 100-year average frequency of occurrence for flooding and shall be at an elevation not less than 4.6 meters (15 feet) above the flood of record in the respective areas. The Government?s storage area shall be separated from ALL other storage areas not utilized by the Government under this contract by masonry walls constructed of standard eight-inch block or better. Permanent subdividing partitioning shall extend from floor slab-to-ceiling slab. At no time shall unauthorized personnel be granted or afforded access to the rental storage facilities provided under the contract. It is preferred the Government not share the facilities provided. In the event, shared facilities are provided, it shall be the responsibility of the Contractor to ensure the Government?s area(s), and property therein, are fully secure from unauthorized access at all times. The Government?s storage area shall contain no windows, or if windows are present they shall be barred and alarmed. All air supply and return ducts entering the storage area shall be equipped with Underwriter?s Laboratories, Inc., approved automatic fire dampers. Service piping shall not run through or above the storage area to prevent damage in case of a pipe leak (except for the sprinkler system). The Contractor shall provide an automatic sprinkler system with water flow alarms and floor drains capable of handling sprinkler discharge. Annunciation and monitoring shall have appropriate back-up power as well as Contractor supervision to annunciate tampering or trouble with the alarm when attempts are made to breach the system and circumvent detection. It is highly desired, but, not mandatory the Contractor provide an ultrasonic motion detection system or infrared motion detection system in the storage facilities, with police connect panel and telephone dialer. The Contractor shall restrict access to the rental storage facilities. In the event authorized personnel (i.e., maintenance/repair or cleaning people) are required to be in the sites, a logbook shall be kept of all such visits. All persons shall be required to sign in on the logbook. The access logbook shall be revised on a regular basis. The Contractor shall provide the Government a certified copy of the aforementioned logbook upon request. The Contractor shall post ?restricted access? signs at various germane locations throughout the storage facilities. The Contractor shall permit the Government to post similar signage, as deemed necessary. The Contractor shall provide smoke and intrusion alarm systems. If is preferred, but, not mandatory these systems have police connect panel and telephone dialer. The Contractor shall ensure all security and damage prevention/control systems have 24-hour monitoring by a means commensurate with satisfying the requirements of the contract. The Contractor shall utilized all prudent and standard practices to maintain all rental storage facilities free from rodent, insects and other pests infestations. The Government reserves the right to inspect the Contractor?s storage facilities at any time during the term of the contract. The visit may or may not be announced. Upon the Government?s request, the Contractor shall furnish all records pertaining to the maintenance of the storage facilities under contract. The Government also reserves the right to conduct a physical inventory of all or part of the material stored at the Contractor?s storage facilities. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: "Quotes will be evaluated as to technical acceptability, price, and availability of proposed facilities. Award will be made to the lowest priced, technically acceptable quote from a responsible bidder submitting an offer found to be most advantageous to the government. The Basis of Award and evaluation factors is, in descending order of importance: (1) Technically acceptable (2) Price and (3) Availability time frame of facilities.? 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DEFENSE FEDERAL ACQUISITION SUPPLEMENT (DFARS) 252.212.7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS ARE APPLICABLE TO THIS REQUIREMENT AND OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE REPRESENTATIONS AND CERTIFICATIONS WITH THEIR BID/QUOTE. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-21, 52.222-26, 52.222-35, 52.222.36, and 52.232-33; Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 252.225-7001, and 252.225-7036 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Jerry Lambert), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 30 March 2004. Electronic submissions, to include FAX and email, will be accepted at fax (910) 432-9345 or lamberje@soc.mil. It is the offeror?s responsibility to confirm receipt. QUOTES SHALL INCLUDE: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include Line Item 0001, Storage Facilities Six (6) Months and Line Item 0002 Storage Facilities - One (1) Six (6) Month Option Period. Any offers must meet the minimum salient characteristics to include functional and physical. Offerors who do not submit clear specifications will be considered non-reponsive and will be eliminated from competition. (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Any amendments that may be issued will be published in the FedBizOpps, the same as this combined synopsis/solicitation. All questions shall be submitted in writing to Mr. Jerry Lambert, Contract Specialist, at lamberje@soc.mil or FAXed to (910) 432-9345.
- Place of Performance
- Address: Fort Bragg, NC (within 25 miles thereof)
- Zip Code: 28310
- Country: U.S.A.
- Zip Code: 28310
- Record
- SN00549989-W 20040320/040318214542 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |