SOLICITATION NOTICE
54 -- Portable Office Space
- Notice Date
- 5/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019215Q7035
- Response Due
- 6/4/2015
- Archive Date
- 6/19/2015
- Point of Contact
- Teresita Untalan 6713667110 Alicia Ferris, 671-366-6620, Alicia.ferris@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- 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. The procedures of FAR 13.5 will be used in this particular acquisition. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. II.Solicitation number N40192-15-Q-7035 is issued as a Request for Quotation (RFQ). III.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. IV.This solicitation has been set aside for HUBZone Business under the 332311 NAICS Code, with a size standard of 500 employees. V.Potential offerors are to quote on the following line items: The Government intends to award a Firm Fixed Price contract for the following Contract Line item Description, Quantity and Unit of Issue: CLIN 0001 - 7,200 Square Foot (SF) of Portable Office Space in accordance with (IAW) the SOW - 1 Each. CLIN 0002 - Mobilization of 7,200 SF of Portable Office Space 1 Each CLIN 0003 - Demobilization of 7,200 SF of Portable Office Space 1 Each CLIN 0004 - 360 SF of Portable Office Space IAW the SOW 1 Each. CLIN 0005 - Mobilization of 360 SF of Portable Office Space 1 Each. CLIN 0006 - Demobilization of 360 SF of Portable Office Space 1 Each VI. Delivery: All items shall be delivered and ready for use by 29 June 2015. VII. The performance period varies by item. CLIN 0001 shall be from 29 June 2015 to 7 March 2016. CLIN 0004 shall be from 29 June 2015 to 16 October28 September 2015. STATEMENT OF WORK (SOW) FOR PREFABRICATED OFFICE SPACE SCOPE OF WORK: The contractor shall provide all personnel, labor, materials, transportation, and equipment to provide one (1) 7,200 square foot (SF) Portable Office Space and one (1) 360 square foot (SF) Portable Office Space, and associated equipment (the portable office space). Each item shall be fully burdened to include mobilization and demobilization. The price shall include delivery, set-up and removal. SUMMARY: Date In-Place: 29 June 2015 Date of Demobilization: CLIN 0001: 7 March 2016; CLIN 0004: 16 October28 September 2015 Quantity: (1) 7,200 square foot (or similar) and (1) 360 square foot (or similar) Portable Office Space Location: Andersen AFB, Guam GENERAL REQUIREMENTS: A.Each structure shall include overhead lighting, power receptacles, adequate air conditioning and electrical systems, properly labeled central power breaker panel and a three (3) inch weather protected cable access pass-through. Structures shall include a minimum of two (2) locking exterior door exits with two (2) keys per exit door and exterior outdoor lighting and interior battery powered emergency exit signs. Structures shall have level flooring, a proper drainage system and shall be elevated to ensure no flooding. Every interior section shall include: locking interior access doors with two (2) keys per lock, one (1) ABC fire extinguisher, and a minimum of four (4) grounded electrical power outlets per 320 square foot of interior space. Structures larger than 640 square foot shall provide interior access by means of a common corridor which connects to the exterior doors. Locking exterior access doors may be substituted for interior access between sections. B.Safety: Vendor will provide a securing mechanism that prevents damage to surrounding areas, and keeps the structures in place during sudden inclement weather or high wind conditions. Vendor must follow all safety and traffic procedures while operating on base. C.Set-Up/Tear-Down: Customer will support up to ten (10) days of manpower to escort vendor during setup of structures and ten (10) days of manpower to escort vendor during teardown of the structures. D.Frequency: Vendor may make multiple pre-coordinated deliveries. E.Additional requirements: The contractor shall be responsible for the delivery, mobilization and arrangement of the portable office space to the specified location on Andersen AFB, GU. The contractor shall be responsible for the pickup, shipment and demobilization of the portable office space upon the end of the contract in accordance with all local laws and regulations. The contractor shall clean up all debris and discard all material associated with the mobilization and demobilization of the portable office space. F.Notes: a.Contractor personnel shall abide by all security requirements of the base installation command. b.In the event of an incident that involves damage to contractor or government property, or personnel, the contractor shall immediately: i.Respond to the incident within 12 hours for maintaining of the portable office space. ii.Inform the contracting officer within 24 hours after the occurrence. iii.The contractor will provide details of the accident in writing to the contracting officer and the command safety office. c.A competent, English-speaking foreman or superintendent, with the authority to act on behalf of the Contractor, must be present at the delivery site at all times when setup, mobilize and de-mobilize work is going on. d.Contractor shall maintain unescorted base access for all its personnel performing installation. A government official will act as escort for all controlled areas were installation occurs. G.Security: a.All personnel employed by the contractor in the performance of this SOW and any representative of the contractor entering the Government installation in the performance of this SOW, shall abide by all security regulations of the installation and in order to register at the Pass Office for a base pass. Citizens from certain countries are currently banned from entering U.S. installations; Security Forces maintains a list of these banned countries. This includes individual contractor employees; therefore any contractor employee who is a citizen of one of these countries will not be allowed to access the installation. The list of excluded countries is subject to change without modification or amendment of the SOW or contract. b.The contractor must have all employees badged at the Andersen AFB Pass and Registration Section to work on this contract. All personnel will undergo a background check (note: there is a minimum 72 hours required for processing checks). Any persons denied entry during the background check, will not be permitted on the base for any reason. All contractor personnel who are cleared for entry will receive a contractor s badge and register all vehicles in accordance with current guidelines. Individuals will be escorted to the simulator facilities by 736 SFS Commando Warrior personnel once they clear the Pass and Registration Section for maintenance work. Place of Contract Performance: Andersen AFB, Guam FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), applies to this acquisition. No addenda to this provision. FAR 52.212-2, Evaluation--Commercial Items (Oct 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; technical capability includes the offeror s delivery capability to meet the schedule as set forth in the statement of work; (2) Past Performance and (3) price. The Offeror shall submit with their quote a sketch of their proposed plan with a brief narrative describing how they intend to meet the technical requirements of the scope of work. The Government intends to award to one vendor on an all or none basis. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Award will be made based on the lowest overall price offered that meets the technical requirement of the scope of work, delivery schedule and a demonstrated record of successful past performance. The Portable Office Spaces must be in place by 29 June 2015. Past performance. Offerors are required to submit a minimum of one (1) and a maximum of three (3) past performance questionnaires (PPQ) with their quote for which Portable Office Spaces have been leased within the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. A blank PPQ is provided with this RFQ. There are two aspects to the past performance evaluation. The first is to evaluate the offeror s past performance to determine how relevant a recent effort accomplished by the offeror is to the effort to be acquired through the source selection. Recent means during the past three years to include contracts currently in process. The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a evaluation does not establish, create, or change the existing record and history of the offeror s past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts.The Past Performance Evaluation Team will review this past performance information and determine the quality and usefulness as it applies to performance confidence assessment. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014 ) applies to this acquisition. No addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (Jul 2014), applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons System for Award Management FAR 52.222-54, Employment Eligibility Verification FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; The following provisions and clauses also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; ; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Dec 2012) DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be a successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID. Submit quotes via email to 1st Lt Alicia Ferris at alicia.ferris@us.af.mil AND Ms. Teresita Untalan at teresita.untalan@us.af.mil. Responses to this RFQ must be received via email no later than 4 June 2015 at 1600 (4pm) Guam Local Time. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor s responsibility to request and receive confirmation of quotes receipt. Please send any questions to the previous listed email or call (671) 366-6620 for information regarding this solicitation by 22 May 2015. Attachment: Past Performance Questionnaires
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019215Q7035/listing.html)
- Record
- SN03730724-W 20150515/150513235833-b5582062a7e209aed5a3f2955627ce33 (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 |