SOLICITATION NOTICE
X -- LEASE OF WAREHOUSE
- Notice Date
- 11/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10ZFD001Rev1
- Response Due
- 12/4/2009
- Archive Date
- 11/6/2010
- Point of Contact
- Angel L. Pagan, NAIS Manager, Phone 216-433-2791, Fax 216-433-5489, Email angel.l.pagan@nasa.gov
- E-Mail Address
-
Angel L. Pagan
(angel.l.pagan@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Proposal(RFP)for Offsite Storage. NASA GRCLewis Field requests to lease a single 28,000 (min) square foot warehouse facility toperform storage activities starting January 1, 2010 for a period of 1 year with theoption of extending it for 6 months at a time for 4 additional years. For evaluationpurposes the contractor shall meet the conditions set forth below. Space shall be leasedon a square footage basis, with payment based on the square footage used and will be madeon a monthly basis. Utility consumption will be paid for by the leasor but can be billedand paid by NASA based on the monthly usage. NASA intends to provide personnel and equipment to conduct its storage function. Thebuilding must have at a minimum the following requirements:1)28,000 sf. floor space at a minimum.2)Be located within 5 miles radius of the Main Gate, 21000 Brookpark Road, Cleveland,441353)Ceiling height: 18 4)Dock doors overhead electrica)Height:: 12 b)Width: 11 3 c)Overhead typed)Electrice)Two needed; one ramp with dock leveler and one ground level door needed5)Separate Male and Female Restrooms or a lockable unisex restroom6)Hot and Cold Water with sanitary sewer7)Heat and Ventilation to handle propane forklifts8)Overhead lighting9)Wireless network capabilities preferred or DSL Cable10)Minimum of 2 phone lines11)Electricitya)230 240 volt needed (for chargers) 2 receptaclesb)Working area electrical needs for the following personnel:i)3 employees must have 4 each 120 volt lines per employeeii)1 employee must have 10 each 120 volt lines 12)Maintenance:a)Repairsb)Snow removalc)Janitorial services, twice a week, to stock and clean restrooms and to empty officetrash13)Security a)Lockable entry pointsb)Minimum of 10 foot high security fencei)If the space is shared with other lessees, leased property to be secured from otherwarehouse property.c)Outdoor lighting14)Building must meet the Ohio Building Code. The leasor shall submit for review theCertificate of Occupancy. The building shall be constructed of noncombustible materials,concrete floor and have fire extinguishers.15)Outdoor Space for Parking and other a)10 passenger vehicle parking spotsb)3 truck parking spots c)Space to accommodate truck maneuvering for a 53 semi-tractor-trailer d)Outside space for NASA provided 2-40 yard and 1-6 yard containers. NASA Provided:All tools, propane fork lifts, office supplies, warehouse shelving and the following:1 each 6 yard municipal dumpster for trash (food waste, everyday waste)1 each 40 yard dumpster for scrap metal1 each 40 yard dumpster for other items (chairs/table tops) No hot work will be performed with the activity.NASA requests a walk through with the leasor prior to entering into any agreement and atthe end of agreement.The provisions and clauses in the RFP are those in effect through FAC 2005-35.This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 531190 and$7.0 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland Ohio 44135-3191is required within 25 days ARO. Delivery shall be FOB Destination.Offers for the items(s) described above are due by December 04, 2009 to Angel Pagan,Contracting Officer and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Angel Pagannot later than November 20, 2009. Telephone questions will not be accepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with the followingevaluation factors (Listed in order of importance): 1.Meets the Statement of Work criteria2.Ohio Building Code certificate-Building to be classified for storage3.Building condition-overall basic condition of the building, structural, electrical,mechanical4.Terms and Conditions from the leasor5.Price6.Accessibility- how accessible the location is to GRC Lewis Field7.Security-condition of security system. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10ZFD001Rev1/listing.html)
- Record
- SN02000222-W 20091108/091107000600-6aa19f46af8041daa06772afe3363a4c (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 |