SOLICITATION NOTICE
X -- Installation and lease of modular buildings at Crane Army Ammunition Activity, Crane, IN Note: This synopsis replaces any previous announcement for the same modular bldgs for the same site which may have been issued in error.
- Notice Date
- 1/30/2008
- Notice Type
- Solicitation Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-08-Q-3025
- Response Due
- 2/14/2008
- Archive Date
- 4/14/2008
- Point of Contact
- Barba Drebenstedt, 309-782-8566
- E-Mail Address
-
Email your questions to US Army Sustainment Command
(barba.d.drebenstedt@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- U. S. Army Sustainment Command (ASC) has a requirement to lease three (3) modular buildings to support operations at Crane Army Ammunition Activity, Crane, IN. Requirement includes delivery to CAAA within two weeks of order, installation, and eventu al removal of these units. The three trailers are to be used for: 1 Office, 1- Rest Room Building and 1 - Break Room as described in Scope of Work. All units shall have no windows. If existing units are constructed with windows, the windows shall be covered with material of substantial construction, equal to, or greater than the existing exterior construction of the modular units. The window openings shall have a covering of identical matching material as the exterior materials of the modular unit. A ll units to include heating, ventilation and air conditioning units. Each unit shall have 200 amp 240 volt single phase electrical panel. Each unit requires an internal interconnected water supply and an internal interconnected waste line stubbed through the floor. ASC intends to issue Request for Quotation, W52P1J-08-Q-3025 to the Army Single Face to Industry (ASFI) Acquisition Business Website, http://acquisition.army.mil on or about 5 Feb 2008 with opening 15 days from issuance. This contract wi ll be restricted under NAICS 531120 as a small business set-aside classification. Small Business is $6.5 million. The Government intends to award a firm fixed price contract. The lease shall be for a base period of 12 months with 3 one year options. Al l contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR). If you are not registered in CCR, you cannot be awarded a DOD Contract. You may register via the Internet at http:// www.ccr.gov. All offerors are also to submit representations and certifications electronically via the Business Partner Network. Offerors shall complete an Online Representations and Certifications Application (ORCA). Interested firms are invited to subm it proposals after this solicitation is posted to the web. Amendments applicable to this solicitation will be posted to the web. It will be the responsibility of the contractors to check these websites for the issuance and any changes to the solicitation. No hard copies are available. Direct any questions or inquiries in writing prior to the closing date to Barba Drebenstedt, Contract Specialist, US Army Sustainment Command ATTN: AMSAS-ACA-I, Rock Island, IL 61299-6500 or via email: barba.d.dreben stedt@us.army.mil.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01495946-W 20080201/080130230254 (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 |