SOLICITATION NOTICE
X -- Lease of Modular Building
- Notice Date
- 7/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- WAPA123034
- Archive Date
- 8/12/2017
- Point of Contact
- Elizabeth Baierl, Phone: 6026052672, Georgette Reyes-Wiltz,
- E-Mail Address
-
baierl@wapa.gov, reyeswiltz@wapa.gov
(baierl@wapa.gov, reyeswiltz@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice 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. This announcement constitutes the only solicitation; offers are hereby being requested under this combined synopsis/solicitation. A written solicitation will not be issued. This solicitation is 100% set aside for small businesses; the NAICS is 531120. The small business size standard is $27.5 million. Western Area Power Administration (WAPA), Desert Southwest Region (DSW) intends to issue a single commercial purchase order for Rental of Modular Building (64x24) in Phoenix, Arizona. The planned contract will have a one year (12 month) base period of performance starting mid August 2017 through August 2018, and will include four (4) option periods of performance of one year (12 months) each. The options will be exercised at the discretion of the government if the need for the trailer continues. All solicitation information documents and incorporated provisions and clauses in the RFQ are those in effect through FAC _2005_-_95 dated 19 Jan 2017 and may be reviewed at https://www.acquisition.gov/?q=browsefar The following commercial items are requested. See attached work statement and room layout. Provide pricing for each CLIN 0001 - 4001: CLIN 0001-Modular building lease, base period of performance (12 months) FFP__ per month; CLIN 0002-Delivery set up FFP__lump sum, CLIN 0003 Removal (end of lease) FFP__lump sum, CLIN 1001 Modular building lease, 1st option period of performance (12 months) FFP__ per month; CLIN 2001 Modular building lease, 2nd option period of performance (12 months) FFP__ per month; CLIN 3001 Modular building lease, 3rd option period of performance (12 months) FFP__ per month; CLIN 4001 Modular building lease, 4th option period of performance (12 months) FFP__ per month. Note: please indicate how steps and ADA ramp will be charged. The RFQ contains the following provisions and clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017); FAR, 52.212-2, Evaluation, Commercial Items (Oct 2014); FAR 52.212-3-Offeror Representations and Certifications - Commercial Items (Jan 2017); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2017). The offered building (trailer) shall be minimum of 64x24 (60x24 box) and include electrical panel, be lockable, and be climate-controlled. Restrooms and computer HUB are not required. The lease (CLIN 0001) shall include basic maintenance for the duration, access steps, and ADA ramp for the duration. Delivery (CLIN 0002) and Removal (CLIN 0003) charges shall be included. Delivery of the leased building shall include skirting, tie-downs, and all work required for immediate occupancy. SITE VISIT: Per Federal Acquisition Regulation Clause 52.237-1, Site Visit; Offerors are encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. An organized site tour has been scheduled for Wednesday, July 19, 2017 at 0900 am at the site in Phoenix, AZ. Offerors shall coordinate attendance and access to the site by sending email with name of attendee and nationality not later than Tuesday, July 18, 2017. A limit of two (2) representatives per company will be enforced. Only one site tour will be offered. Individual site tours will not be permitted. Questions pertaining to this solicitation must be received no later than 25 July 2017 to allow time for response before closing of solicitation. Offers for the items(s) described above are due by 3 PM Local Time on July 28, 2017. Only electronic receipt of offers will be accepted. Submit offers in Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Offers must include the following information: Solicitation reference number, Firm Fixed Prices for all line items (CLINs 0001-4001), Unique Identification Number UIN (DUNS), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Note: DUNS number will be used to verify offerors current registration in SAM.GOV. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL http://www.gsa.gov/portal/forms/download/115922 The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/?q=browsefar It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). Evaluation: Selection and Award will be made to the single, responsible offeror, whose offer conforming to the solicitation, is determined to be the best value for the government, price and other factors considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a96ae9b7300d693c706bcd7d96a2b228)
- Place of Performance
- Address: Phoenix, Phoenix, Arizona, 85009, United States
- Zip Code: 85009
- Zip Code: 85009
- Record
- SN04566856-W 20170707/170705235043-a96ae9b7300d693c706bcd7d96a2b228 (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 |