Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2008 FBO #2295
MODIFICATION

X -- CLEAR SPAN STRUCTURES - OPERATION SANDCASTLE 2008

Notice Date
3/7/2008
 
Notice Type
Modification
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
SANDCASTLE_02
 
Response Due
3/14/2008
 
Archive Date
5/13/2008
 
Point of Contact
SARAH MUNOZ, 760-380-7035
 
E-Mail Address
ACA, Fort Irwin
(sarah.munozmarquez@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***** THIS COMBINED SYNOPSIS/SOLICITATION HAS BEEN AMMENDED TO CLARIFY VENDOR's QUESTIONS*****PLEASE REVIEW ALL THE REQUIREMENTS***** QUESTION & ANSWERS: 1. Any information that will clarify locations, distances from one another will re ally help me give the most accurate and economical pricing. Also if you have a site plan with elevations. Clearspans will be sited at FOB Santa Fe. Exact distances between clearspans will be determined with the Contracting Officer's Representative during installation. The initial planning was to place the clearspans 10FT to 20FT apart. There is no site plan; however, FOB Santa Fe is generally flat, sandy soil that will require minor grading as determined by the contractor. Site visit can be coordinated p er request by interested parties. Maps will be e-maild to those requesting it. 2. FOB Santa Fe is located how far from Garrison? FOB Santa Fe is within 2 miles of the Fort Irwin garrison. 3. Will any of my employees or subcontractors be required to attend the ordnance classes before traveling on the range? If so, is there a cost, how long is the class, and will we need escorts or use radios? No classes are required. 4. Does open bay mean a tent with no interior poles (clearspan) ? Yes. 5. Can you give us any idea as to how involved the grading needed for the site prep is? There is no site plan; however, FOB Santa Fe is generally flat, sandy soil that will require minor grading as determined by the contractor. 6 . What size tables are needed? There is no specific size requirement. The contractor should provide appropriate 8FT sized tables to suit the required population. 7. The solicitation requires A/C. Are generators also required to power the A/C? If so, do you provide fuel? See response to question on requirement #3. 8. I'm not sure what format to use to send in my proposal. There is not a specific format as long as vendor provide quote breakdown by unit per month, on requirement 1 , 2 & 3 of this solicitation. 9. In the solicitation it states that HVAC, lights and Electric drops are required is power available or would we need to provide our own power,and fuel? See response to question on requirement body. 10. It al so states that Air conditioning duct work shall have manufactured penetrations in the sidewalls could flush mounted AC units be used instead of ducting? I think this depends on the manufacturers as long as the A/C cooling requirements are met. 11 . Can the 12 tents be a variety of widths and lengths such 20m and 25m as long as the sqft is met? Preferably not. But if an offeror proposes such a combination and is the best value or only offeror, then we might want to consider it. 12. What s pecifically are the applicable safety equipment required in the structure? Is this fire extinguishers, exit signs, carbon monoxide/smoke detectors, and fire pull alarms? See response to question on requirement body. 13. Can workers stay over nig ht on the FOB during mobilization, operation, and de-mobilization? No. 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. Solicitation number SANDCASTLE 200802 is issued as a Combined Solicitation/Synopsis. NTC , Acquisition Command request supplies for the following requirement. (SEE REQUIREMENT DE SCRIPTION). This requirement is totally set-aside to small business, NAICS: 532299. Only written (fax or email) quotes will be accepted. Quotes must be receiv ed no later than 13:00 (1:00 p.m.) PST, 14 March 2008. POINT OF CONTACT: Ms. Sarah Munoz-Marquez, 760-380-7035, fax 760-380-3693, sarah.munozmarquez@us.army .mil. Alternate POC is Ms. Mildred Pryor, 760-380-4454, fax 760-380-3693, mildred.pryor@us.army.mil. REQUIREMENT DESCRIPTION: Lease and Maintenance Clear Span Structures (see below for full understanding of requirement): REQUIREMENT #1 : CLEAR SPAN STRUCTURES FOR DINING FACILITY (DFAC) DESCRIPTION: The contractor shall deliver, setup and maintain two super series 20m x 35m structures with minimum eave heights of ten (10) feet. These structures shall be placed on two ex isting concrete pads located in the approximate middle of FOB Santa Fe. Each unit shall include two (2) entry/exit doors on the ends, a metal halide lighting package, a minimum of twenty (20) 11 0v electrical outlet drops and applicable safety equipment p rovided by the manufacturer. The structures shall be open bay with air conditioner units. The contractor shall securely anchor the structures to withstand 50-70 mph wind gusts of the Fort Irwin area. Air conditioning duct work shall have manufactu red penetrations in the sidewalls. Sidewalls shall be properly anchored to the ground surface to provide a closed seam with the ground surface. Seams between the roof and sidewalls shall be sealed or properly overlapped to provide a relatively clos ed seam that prevents dust infiltration and is waterproof. The contractor shall provide 8FT tables and chairs for 1,200 soldiers at one time. The contractor shall provide all parts, equipment and maintenance necessary to assure proper and continuou s, 24-hour functioning of the structures and air conditioners to include weekends and holidays. The contractor shall restore the ground surface to pre-installation conditions upon pick up of the structures at the completion of the contract. REQU IREMENT #2: CLEAR SPAN STRUCTURES FOR TROOP BILLETING W/AC DESCRIPTION: The contractor shall deliver, setup maintain twelve (12) individual super series 20m x 35m structures with minimum eave heights of ten (10) feet at FOB Santa Fe. The structures shall be placed in rows at locations determined by the Contracting Officer s Representative (COR). The contractor shall contact the COR as early as possible, but NLT 2 weeks prior to delivery, to coordinate final letdown locations. The contractor shall grade the entire area for the structures prior to installation. The extent of grading shall be at least 15 feet beyond the outer perimeter of each cluster of structures. The contractor shall provide Plywood flooring that is a minim um of 4 inches above the ground surface with sufficient framing to support live loads with minimal deflection (maximum 1/4 inch per 4 foot) and minimizes dust infiltration from the ground surface for all tents provided for the entire interior ground surfac e of each tent. Each unit shall include two (2) entry/exit doors on the ends, a metal halide lighting package, a minimum of twenty (20) 110v electrical outlet drops and applicable safety equipment provided by the manufacturer. The structures shall be open bay with air conditioner units. The contractor shall securely anchor the structures to withstand typical wind gusts of the Fort Irwin area. Air conditioning duct work shall have manufactured penetrations in the sidewalls. Sidewalls shal l be properly anchored to the ground surface to provide a closed seam with the ground surface. Seams between the roof and sidewalls shall be sealed or properly over lapped to provide a relatively closed seam that prevents dust infiltration and is water proof. The contractor shall provide all parts, equipment and maintenance necessary to assure proper and continuous, 24-hour functioning of the structures and air conditioners to include weekends and holidays. The contractor shall restore the ground sur face to pre-installation conditions upon pick up of the structures at the completion of the contract. REQUIREMENT NUMBER #3 POWER AND FUEL Genera l: In addition to the specific requirements in all other requirements in this contract, the contractor shall comply with the following requirements for power generation, electrical service and maintenance. Generators and Fuel: The contractor shall provide all necessary generators for the duration of the contract to provide the full services required. The contractor must ensure generator fuel tanks are topped off prior to delivery to the FOB. The Government will provide fuel for generators for the duration of the contract. All generator fuel tanks will be topped-off by the Government when returned to the contractor at the end of t he contract period. Power Plan: The offeror shall provide a power plan as part of the proposal for this work. The plan shall state the contractors estimated power demand for all requirements in this solicitation and shall include details such as: number, size and locations of generators, number, size and locations of distribution panels, etc. The plan will be e valuated by the Government as part of the contractors proposal. Power Generation and Electrical: The contractor shall provide and install lighting, GFCI protected receptacles and diesel/JP8 powered generators. Lighting fixtures type shall be meta l halide, 400 watt with diffuser/shade or equivalent industry standard. Each structure requires a minimum of three (3) lighting fixtures. Contractor will supply 30 ampres of 120volt AC power to each structure in addition to the required lighting. The 30 ampres of power shall be distributed through GFCI protected receptacles installed along the structures interior perimeter. Each structure is to have a dedicated GFCI protected distribution panel installed in its interior. Installed in each structure sha ll be an electric exit light unit(s) that displays a continuously lit red EXIT above each door. Primary and backup generators shall be diesel/JP8 type. Generators will have a minimum run time of 24 hours, under full load, with one full tank of fuel. Pri mary generator shall be sized to supply a minimum of 50 ampres, 120 volt, AC power, to each structure, 24 hours a day, 7 days per week for duration of contract. The contractor shall provide for a 20% increase in power demand and shall include this require ment in the submitted power plan. All electrical connections are to be made in the structures interior, where possible. Power cables are to be buried, as needed, under roads, access ways or as designated by the contracting officer. Electrical gene ration and all electrical components shall meet applicable requirements of the National Electrical Code (NEC) for temporary out of the doors, wet and windy locations. All electrical power generation and any distribution equipment systems shall be grounded according to NEC requirements. To reduce downtime and outages, twist lock connections are required of all 120v AC electrical wiring and components. Electricians must have a minimum of 5 years verifiable experience in Commercial and Residential ele ctrical work. A Certificate of Journeyman Status from a registered Labor Union will suffice as evidence of experience. Regularly scheduled weekly maintenance and inspections shall be performed on all structures. Each monthly maintenance visit will be scheduled and approved by the Contracting Officer/COR. Each scheduled trip will include inspection of the following at a minimum: Inspecting and or testing weatherproofing, stakes, fasteners, flooring, lighting and generation system. During the trip a ll structures fabrics shall be inspected, holes will be patched and/or fabric panels replaced as needed. Light bulbs/fixtures shall be replaced as needed. Exit lamps shall be repaired/replaced as needed. Contractors designated point of contact shall be onsite and available to the contracting officer during normal work/duty hours, everyday during the scheduled maintenance period and shall be coordinated with th e COR. Regularly scheduled weekly maintenance shall be performed on all diesel generators. Diesel Mechanics must have a minimum of 5 years verifiable experience in Diesel repair and service. A Certificate of Journeyman status from a registered Labo r Union will suffice as evidence of experience. Diesel generator service technician is to perform all inspections and maintenance procedures. Each scheduled trip will include inspection of the following at a minimum: Inspection of cooling system fan, fan blades, and remote cooling fan motor (if so equipped). Inspection of all cooling system hoses, and adjustment of hose clamps if necessary. Check shut down functions, including emergency stop for proper operation. Start and run generator set to verify p roper operation of unit. Inspect generator for oil, fuel and coolant leaks. Check batteries for water level, level of charge and corrosion on terminals. Check all bulbs in controller for proper operation. Perform regular oil, oil filter, fuel filter an d air filter changes according to generator manufacturers recommendations. At completion of weekly maintenance/inspection, the contractor shall provide completed maintenance record and then submit to the COR. Contractor is responsible for the coll ection and removal of any contractor created waste, rubbish or debris. Contractor is to submit a hazardous waste and waste removal plan as an attachment to the offer for this solicitation. The contractor shall contact and coordinate with the post environ mental office all requirements for hazardous waste, cleanup requirements and waste removal. PROPOSAL SUBMITTALS: The offeror shall include as part of the proposal for this requirement the following items to be reviewed as part of the technica l evaluation: 1. Clearspan Seam Seal Plan: Details of how the offeror intends to seal the seams of the clearspan structures with specific emphasis on the seams between the roof and sidewalls and the seams between the sidewalls and ground surface.< BR> 2. HVAC Plan: The offeror shall provide a HVAC plan as part of the proposal for this work. The plan shall state the contractors estimated air conditioning demand for all requirements in this solicitation and shall include details such as, but no t limited to, number, size and locations of HVAC units, number, ventilation and duct sizes, etc. The plan should address how the offeror intends to maintain temperatures in all facilities within a range of 65 to 75 degrees Farenheit. Maintenance will not be required prior to 1 May 07. The offeror shall include air conditioning of the two existing clamshell structures and shall include this requirement in his plan. It shall address HVAC maintenance to be provided and provide a detailed list of each facil ity to be air conditioned to assure the contractor has a complete understanding of this SOW. The offerors HVAC plan will be evaluated by the Government as part of the contractors proposal. *****REPAIR REQUIREMENTS: The Contractor shall have a designated point of contact available 24 hours a day, everyday, for duration of contract. The contractor shall respond to and initiate repairs for all customer repair requests within 4 hours of all requests made prior to 3:00 p.m. local time. The cont ractor shall respond to and initiate repairs for all customer repair requests NLT 7:00 a.m. the following morning for all requests made after 3:00 p.m. local time.***** EVALUATION FACTORS: The basis for award is on price and price related factors. SOLICITATION/CONTRACT CLAUSES The following provisions and clauses apply to this acquisition: 52.000-4000, Alternate Dispute Resolution; 52-212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation of Commercial items; 52.212-3 Offeror Representation and Certifications-Commercial Items; Offerors shall include a completed copy of the provision at 52.212-3; 52.212-4, Contract Te rms and Conditions-Commercial items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.219-6, 52.219-27, 52.219-28, 52.222-3, 52.2 21-21, 52.222-26, 52.222-35, 52.222-.37, 52.222-39, 52.225-1, 52.232-30, 52.232-33; 52.217-8, Option to Extend Service; 52.204-7, Central Contractor Registration; 52.000-4032, Army Electronic Invoicing; 252-246-7000 Material Inspection and Receiving Report ; 252.219-7003, Electronic Submission of Payment requests; 252.204-7004 Required Central Contract Registration, 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS, 252.212-7001 Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, In paragraph (a) of 252-21 2-7001, the following apply: 52.203-3, Gratuities, In paragraph (b) of 252-212-7001 the following apply: 252.225-7001, Buy American Act an d Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests. This provision may be obtained at http://www.arnet.gov/far. LOCAL CLAUSES: 52.000-4000 ALTERNATE DISPUTES RESOLUTION In furtherance of Feder al policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. 52.000-4032 Army Electronic Invoicing Instructions (Feb 2 006) Contract or shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X ] Wide Area Workflow (WAWF) (see inst ructions below) [ ] Web Invoicing System (WINS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Ot her (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration s ite at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ______________________ a t _________________or faxed to ___________________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/ven dor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ X ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Gov ernment Only) [ ] Cost Voucher (Government Only) [ X ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique part id entifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: __W9124B __ ADMIN BY DODAAC: __W9124B ___ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ____W9124B______ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: mildred.pryor@us.army.mil and sarah.munozmarquez@us.army.mil INSP ECTOR: Government ACCEPTOR: __Government_ RECEIVING OFFICE POC: _Ms. Sarah Munoz-Marquez____ CONTRACT ADMINISTRATOR: _Ms. Sarah Munoz-Marquez_ CONTRACTING OFFICER: ____Ms. Marie G. Velez_____ ADDITIONAL CONTACT: _Ms. Mildred Pryor (Alternate POC)______________ For more information contact: _Ms. Sarah Munoz-Marquez________ COR The contr acting officers representative (COR) will be appointed in writing at the time of contract award. PAYMENT & INV OICING All payments for this solicitation/contract will be made by DFAS. The contractor shall include the payment address in the propo sal, if it is different from that shown for the offeror. INVOICING The contractor shall submit one (1) original copy to the COR, one (1) copy to the designated DFAS, and one (1) copy to the NTC Acquisition Command, Fort Irwin, CA 92310, ATTN : Ms. Sarah Munoz-Marquez, Fax: 760-380-3693. All payment(s) for this solicitation/contract will be made by DFAS. F AR Clause 52.000-4032, Army Electronic Invoicing SOLICITATION CLOSING The closing date for this solicitation are as follow: 14 March 2008 at/by 1300 hours (1:00 p.m.) PST. INSTRUCTIONS Return offer not-later-than 14 March 2 008@ 1300 (1:00 PM) PST to the address shown below via fax, e-mail or mail to Ms. Sarah Munoz-Marquez. Contractors must be register ed in the Central Contractor Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to register by completing an electronic on-line application at http://www.bpn.gov/ccr Provi de your Duns and Bradstreet Number:____________________________________ Provide your CCR Cage Code:_____________________________________________ Provide your Federal Tax ID Number:_______________________________________ Provide your em ail address:________________ _______________________________ POC NTC Acquisition Command: Ms. Sarah Munoz Marquez NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-7035 Fax: 760-380-3693 Email: Sarah.Mu nozMarquez@us.army.mil Alternate POC Acquisition Command: Ms. Mildred Pryor NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-4454 Fax: 760-380-3693 Email: mildred.pryor@us.army.mil IMPORTANT DATES<B R>The contractor shall perform in accordance with the following dates: Mobilization Date: 1 April 2008- 21 April 2008 Actual Period of Performance Date: 1 May 2008 30 June 2008 Demobilization Date: 1 July 2008 31 July 2008 Contractor shall have equipment remove from FOB and work site area(s) prior to 1 August 2008. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK17/SANDCASTLE_02/listing.html)
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01527656-F 20080309/080307231814 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.