Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 23, 2001 PSA #2857
SOLICITATIONS

54 -- RENTAL OF MODULAR/MOBILE OFFICE SPACE

Notice Date
May 21, 2001
Contracting Office
USDA, Forest Service, Region 1, Procurement and Property, P.O. Box 7669, Missoula, MT 59807
ZIP Code
59807
Solicitation Number
R1-01-26
Response Due
June 6, 2001
Point of Contact
For additional information contact Shane LaValley (406) 329-3680
E-Mail Address
Click here to contract the contracting officer via (slavalley@fs.fed.us)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 No. RFQ R1-01-26 is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-09. This solicitation is not restricted to small businesses. The North American Industry Classification System (NAICS) for this procurement is 453930. The small business size standard is $9.5 million. This contract will be a firm fixed-price contract awarded for the base year (from date of award with option to extend for four (4) additional one (1) year periods. For the renewal period(s) the contractor will be given 15 days written notice of intent to renew. In the renewal period(s) the government is requiring 30 day termination rights. (1) Background: The Forest Service is in need of renting temporary office space to be located at the Missoula Fire and Technology Center (Smokejumper Center), located 4 miles west of Missoula, Montana. (2) General Requirements: One triple-wide mobile office, 36 feet x 60 feet and one 12 feet x 60 feet to be connected together and accessible through a common door. The two sections of office will be at right angles to each other. The triple wide will require no interior walls. The other will require a 120 square feet storage room, one 120 square feet lunch room, with a kitchen sink/counter top and overhead cabinets, room to be open to the hallway and also two accessible bathrooms for persons with disabilities. In addition, the smaller office will have a 44-inch hallway running the entire length with a egress door at each end of the hallway and a main entrance door located at mid pint of the office. A ramp shall also be supplied at the front entrance to the smaller office. Additional egress doors and stairs shall be placed to meet code requirements. The site where these units will be located is basically flat and does not exceed 2' in elevation drop in any direction. (3) Specific Criteria: The buildings shall be a 1998 or newer manufactured product and shall conform to the layout described above and as agreed to by the Contracting Officer. Exterior and interior color schemes shall be consistent between each unit. Each bathroom will require one water closet and one lavatory. In addition, the Men's will also require a urinal. Carpet shall be anti-static and located in all spaces except entrance and bathrooms, which will require vinyl. The interior finish shall be vinyl gypsum or gypsum board walls and the ceilings shall be 8' high and consist of a t-grid with energy efficient fluorescent light fixtures, or a hard ceiling with surface-mounted fixtures. Windows shall be double-insulated horizontal sliders and shall have blinds. Window locations and amount will need to be coordinated with the Contracting Officer. Interior doors shall be hollow-core steel doors with standard locks and exterior doors shall be insulated. The heating and cooling shall be central HVAC, all electric. Electric shall be 110/240 volt single phase. 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. In the triple-wide unit floor receptacles shall be mounted at 8' intervals, centered in the middle modular unit. Workstation interfaces (WSI) shall be installed at the same spacing as outlets. Use dual RJ45 8-pin modular jacks for WSI's. All wire and connections to the WSI's will be installed by others. A min. 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 complete installation including skirting around perimeter, tie-down anchors and temporary foundation. 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 stubouts (water, sewer, power, phones), maintain site accessibility and clear any snow or debris from building site and placement of furnishings. (4) Schedule: Installation on site at the Smoke Jumper Center, 4 miles west of Missoula Montana, shall be completed no later than September 15, 2001. Offeror may use readily available product literature to provide a technical description of the products offered. The following FAR clauses shall apply: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items -- Offeror shall include a completed copy of this provision with their proposal; 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses and certifications referenced above may be obtained from the following website: http://www.arnet.gov OFFERS ARE DUE JUNE 6, 2001, AT CLOSE OF BUSINESS
Web Link
Click here to obtain clauses and certifications referenced (http://www.arnet.gov)
Record
Loren Data Corp. 20010523/54SOL002.HTM (W-141 SN50M736)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on May 21, 2001 by Loren Data Corp. -- info@ld.com