Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25, 2001 PSA #2774
SOLICITATIONS

X -- TRAILERS

Notice Date
January 23, 2001
Contracting Office
Commanding Officer, Marine Corps Tactical Systems Support Activity, Attn: Contracts Office, PO Box 555171, Camp Pendleton, CA 92055-5171
ZIP Code
92055-5171
Solicitation Number
M68909-01-Q-1039
Response Due
January 30, 2001
Point of Contact
Contract Specialist, Sandra Ingram , 760-725-9189 or Contracting Officer, Timothy J. Warren, 760-725-9194
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number M68909-01-Q-1039 is issued as an Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. This is a small business set-aside. SIC 2452, Size 500 Employees. The contractor shall provide CLIN 0001: Lease and installation of two (2) Modular Trailers for the period of six (6) months beginning on the date of acceptance by the Government. CLIN 0001AA: Delivery and set-up. CLIN 0001AB: Dismantle and return delivery. The modular facilities shall meet or exceed the following minimum functional and performance specification: One (1) modular facility that shall measure 36 X 60 feet, insulated (R-11) floor, walls and roof, with eight office spaces for personal workstations with individual phone and LAN connections per work station. Facility shall include: One male and one female restroom, each containing: one (1) toilet each, one (1) sink each, and one (1) mirror each (medicine cabinet size). 5/8" T1-11 plywood (or equal) grooved 8"o.c.siding with matching skirting. Standard " pre-finished wood paneling and vinyl covered drywall. Partitions in corridors shall be one (1) hour fire rated. Each office shall have standard hollow core interior doors. Key locks on all interior doors, individually keyed with one master key to open all doors. Four (4) 3' x 6'8" single, metal clad, hollow core exterior doors with locksets. Metal set of stairs (4 each) located at each door. Facility shall have no windows. 12" x 12" standard VA floor tile in rest rooms. All other areas shall have matching commercial grade carpeting (neutral and matching color). 8' suspended acoustical ceiling. 2' x 4' recessed fluorescent light fixtures with diffusers. One (1) sixty-six (66) gallon electric hot water tank. 100 amp, single-phase sub panel, 110V duplex receptacles. Electrical heating and cooling (Approx 12,000 BTU per 250 sq ft.) 30 Ga. Galvanized metal roof. One (1) modular facility that shall measure 24 x 60 feet with insulated (R-11) floor, walls and roof and two heating and air conditioning units. Facility shall include: Flooring shall be commercial grade carpet and linoleum. Two (2) 3' x 6'8" single, metal clad, hollow core exterior doors with dead bolts. " prefinished wood paneling. 8' suspended acoustical ceiling. 5/8" T1-11 plywood (or equal) grooved 8" o.c siding with matching skirt. 46" x 39" sliding windows with bronze aluminum frames. Metal set of stairs (2 each) located at each door. 2' x 4' recessed fluorescent light fixtures with diffusers. Single phase, 100 amp sub panel(s), 110 V duplex receptacles. GENERAL REQUIREMENTS: Modular trailer shall comply with: a. State of California Division of Housing and Community Development Title 25 Codes; Occupational Health and Safety Act (OSHA) and Uniform Federal Accessibility Standards (UFAS); and all other applicable city, state, and federal requirements in accordance with best commercial practices. GENERAL DESCRIPTION: The contractor shall furnish all labor, materials, services, equipment and connections to provide lease of the modular trailer units and ensure units are set level and ready for hook up to all required utilities and their points of connection. Installation shall take place at the Marine Corps Tactical Systems Support Activity, Camp Pendleton, California. Modular units need not be new; re-configured, like-new modular trailers which meet the required functional and performance specifications stated herein are acceptable. The contractor shall dispose of rubbish and debris from Government property as required in accordance with federal, state, local requirements and Marine Corps policies. The trailers are to be delivered to MCTSSA, Supply Officer, Bldg. 31345, Camp Pendleton, CA 92055-5171 no later than seven (7) calendar days after contract award, FOB Destination. The trailers shall be set up and configured no later than seven (7) days after delivery. Standard commercial warranty shall apply. The provisions at FAR 52.212-1, Instructions to Offerors Commercial Items and FAR 52.212-2, Evaluation Commercial Items shall apply. 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: Price, delivery, and past performance. The offerors shall provide names, contact points, and telephone numbers of three (3) commercial or government customers that are currently using the items being offered for purposes of past performance evaluation. Offerors shall include a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision at FAR 52.212-4, Contract Terms and Conditions Commercial Items, apply to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Subparagraphs (a), (b) (1), (5), (6), (7), (8), (11), (12), (13), (14), (15), (22), (d) and (e) apply to this acquisition and are hereby incorporated by reference. The provision at DFAR 212-301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items, subparagraphs (f)(ii), (f)(iii), and (f)(iv) apply to this acquisition and are hereby incorporated by reference. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://www.acq.osd.mil/dp/dars/dfars.html. Quotes are due to the MCTSSA Contracts Section, P. O. Box 555171, Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 30 January 2001. The point of contact for information regarding this solicitation is Sandra Ingram at (760)725-9189, or by fax (760)725-2986, or Email ingramsl@mctssa.usmc.mil or warrentj@mctssa.usmc.mil.*****
Record
Loren Data Corp. 20010125/XSOL001.HTM (W-023 SN50B613)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on January 23, 2001 by Loren Data Corp. -- info@ld.com