Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2001 PSA #2758
SOLICITATIONS

54 -- SEDONA OFFICE TRAILER

Notice Date
December 28, 2000
Contracting Office
USDA Forest Service, Tonto National Forest, 2324 East McDowell Rd, Phoenix, AZ 85006
ZIP Code
85006
Solicitation Number
RFQ R3-WZ-01-17
Response Due
January 19, 2001
Point of Contact
Olivia C. Gomez, 602/225-5341 or Patricia Dearing, 602/225-5348; Fax 602/225-5295
E-Mail Address
Click here for questions on solicitation. (pdearing@fs.fed.us)
Description
SEDONA OFFICE TRAILER, USDA Forest Service, Region 3 Western Zone Contracting & Property, Coconino National Forest. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number R3-WZ-01-17 is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-20. This solicitation is not restricted to small businesses. The NAICS code for this procurement is 321991. The small business size standard is 500 employees. This contract will be a firm fixed-price contract awarded for the base year with option to extend for four (4) additional one (1) year periods. If an option is to be exercised, the Government will give a written notice to the Contractor 30 days prior to the end of the 12-month period. (1) Background: The Forest Service is in need of renting temporary office space to be located at a Government owned site in Sedona, Arizona. (2) General Requirements: The buildings shall be a 1996 or newer manufactured product and shall conform to the layout described below and as agreed to by the Contracting Officer. Buildings will consist of 2' X 6" construction, if possible. All windows will be covered with interior mini-blinds. Carpet shall be antistatic and located in all spaces except entrance and bathrooms, which will require vinyl. The interior finish shall be a vinyl gypsum or gypsum board wall and the ceilings shall be 8' high and consist of a t-grid with energy efficient fluorescent light fixtures. Interior doors shall be hollow core steel doors with standard locks and exterior doors shall be insulated. Motion detection lights, shall be mounted outside exterior doors and meet Sedona requirements. The heating and cooling shall be central HVAC. Duplex receptacle outlets shall be installed so that no point along the floor line in any wall space; except building service areas, is more than 8 feet on center. Workstation interfaces (WSI) shall be installed at the same spacing as outlets. Use dual RJ45 8 pin modular jacks for WSI's. Others will install all wire and connections to the WSI's. A minimum r-value of 19 in the walls, 11 in the floor, and 38 in the ceiling is required. The facility shall meet all ADA requirements as well as all local, state, and federal codes. The price shall include everything stated above, as well as mobilization and/or transportation costs, complete installation including skirting around perimeter. All perimeter skirting shall be insulated to an r-value of 19. The Forest Service will provide the following: all utility service and connections to building stub outs (water, sewer, power, phones) maintain site accessibility and clear any snow or debris from building site and placement of furnishings. (3) Requirements: 24' X 60' modular unit with four (4) individual offices, two on each end. Two accessible restrooms for persons with disabilities are required. The Forest Service will provide steps and ramp to the building. (4) Schedule: The modular unit is required to be installed, completed, and ready for occupancy no later than February 15, 2001. (5) Quote Format: Submit monthly quote for base year and monthly quote for 4 -1 year option periods. Provide separate quote prices for delivery and setup. The following FAR Clauses shall apply and are incorporated by reference: 52-212-1, Instructions to Offerors-Commercial Items; 52-212-2 Evaluation-Commercial Items (The evaluation factors are technical description of item offered and delivery time. Technical description and delivery time when combined are approximately equal to price.); 52-212-3, Offeror Representations and Certifications-Commercial Items, Add to 52-212-3, 52.222-70 Compliance With Veterans Employment Reporting Requirements Offeror shall include a completed copy of 52-212-3 along with 52.222-70 with their proposal; 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; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act North American Free Trade Agreement Israeli Trade Act Balance of Payments Program; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration; 52.232-18 Availability of Funds. All responsible sources may submit a quotation for consideration. Quotations are due by close of business on January 19, 2001. Quotations may be faxed to (602) 225-5295with signed original forwarded by mail to: Tonto National Forest, Western Zone Contracting, 2324 E. McDowell Road, Phoenix, AZ 85006. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http://www.arnet.gov/far.
Record
Loren Data Corp. 20010102/54SOL002.HTM (W-363 SN5097T8)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on December 28, 2000 by Loren Data Corp. -- info@ld.com