SOURCES SOUGHT
X -- Rental of Office Trailers with Electrical Wiring Installed and a Storage Container, Red Willow Construction Office
- Notice Date
- 10/26/2011
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
- ZIP Code
- 59101
- Solicitation Number
- R12PS60045
- Response Due
- 11/11/2011
- Archive Date
- 10/25/2012
- Point of Contact
- Christine Mundt Contracting Officer 4062477805 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- R12PS60045 - Sources Sought Announcement This announcement is not a request for competitive quotes. This announcement is hereby issued to GSA Federal Supply Schedule Vendors and Commercial Vendors that may be interested in the performance of a purchase order for the Bureau of Reclamation, Great Plains Regional Office. Based upon the responses received, Reclamation may determine to set this acquisition aside pursuant to Part 8 of the Federal Acquisition Regulations or proceed with an open market solicitation pursuant to Part 13. The Great Plains Region awarded Contract Number R11PC60266 for the Red Willow Dam Modification construction project. It is anticipated that this project will be completed in late November of 2013. Due to the length of the Red Willow Dam Modification project, Reclamation has a requirement to station a temporary construction office near the construction site. Reclamation is seeking sources that would be able to provide for the furnishing of all labor, material, equipment and supervision necessary to rent office trailers with electrical wiring installed and a storage container for approximately 21 months. The Government may consider the advantages and disadvantages to the Government that might result from making more than one award (multiple awards). The principal components of the temporary construction office rental services include the following: 1. Triple-Wide Office Trailer (36' x 66' box) a. Delivery, Installation, Monthly Rental, Tear Down and Removal b. 5 Offices, each approximately 10' x 12' c. 2 Restrooms, one male and one female d. 1 Conference Room e. Reception Area f. Supply Room / Equipment Closet g. Lockable Exteriors h. Two (2) Sets of ADA Stairs i. 30' ADA Ramp exterior landing j. Tiedowns k. Skirting 2. Double-Wide Office Trailer (24' x 60' box) a. Delivery, Installation, Monthly Rental, Tear Down and Removal b. 4 Offices, each approximately 10' x 12' c. 2 Restrooms, one male and one female d. 1 Conference Room e. Reception Area f. Supply Room / Equipment Closet g. Lockable Exteriors h. Two (2) Sets of ADA Stairs i. 30' ADA Ramp exterior landing j. Tiedowns k. Skirting 3. Single-Wide Office Trailer (12' x 64' box) a. Delivery, Installation, Monthly Rental, Tear Down and Removal b. 1 Office c. 1 Restroom d. Lockable Exterior e. Two (2) Sets of ADA Stairs f. Tiedowns g. Skirting 4. Storage Container (25' x 12') a. Delivery, Installation, Monthly Rental, Tear Down and Removal b. Lockable c. Doors on both ends 5. Electrical Wiring for Office Trailers (Supplies and incidental services to include, but not limited to, the following tasks) a. Install new 19" wall mount rack to be placed in equipment closet in administration office trailer (Triple-Wide or Double-Wide); b. Install 24 port Category 5e patch panel in 19" rack along with 3 horizontal wire managers; c. Installation of 11 Category 5e voice cables: 8 at the administration office trailer; 2 at the single-wide office trailer; and 1 at Government provided lab trailer, each voice cable drop will be terminated on the patch panel and new Category 5e RJ-45 jack; d. Installation of 13 Category 5e data cables: 8 at the administration office trailer; 4 at the single-wide office trailer; and 1 at Government provided lab trailer, each data cable drop will be terminated on the patch panel and new Category 5e RJ-45 jack; e. A 6" x 2' deep trench will be placed between the administration office trailer and the single-wide office trailer. f. A 6" x 2' deep trench will be placed between the administration office trailer and the Government provided lab trailer. g. Installation of a 25 pair Category 5e direct bury cable from the administration office trailer to single-wide office trailer, and from the administration office trailer to the Government provided lab trailer. Cables will be terminated and cable protection against lightening strikes installed that will pass both voice and data traffic; and h. Trench will be backfilled and tamped. i. In addition to Manufacturer's recommendations, perform the following checks: i. Installed cable shall be plenum rated 100 ohm, 4 pair, unshielded twisted pair (UTP), #24 AWG solid copper inside wire which meets or exceeds ANSI/TIA/EIA 568-B.2 standards for UL Category 5E cable. ii. Cabling and modular jacks are to be color coded for the service type; such as blue for data and white for voice. iii. Cables shall be terminated on a Category 5E-compliant patch panel to be mounted on contractor provided equipment rack in the administration trailer. iv. If necessary, a new fire-rated " plywood panel, properly painted, shall be firmly anchored to the wall to accommodate mounting of the telephone system and patch panels. v. A typical workstation location configuration will contain a data jack and voice jack. The jack box shall not be mounted on temporary, movable, or removable surfaces, or doors. This restriction does not apply to modular furniture. vi. In addition to the standard electrical outlets in the administration office trailer, at least one outlet is required in the equipment closet. vii. All patch panels, jacks and cables shall be properly labeled. viii. All cables shall be tested to ensure Category 5E compliance. j. All equipment furnished and used in the performance of the delivery order shall be of the type and durability used by professional telecommunication firms. Interested vendors must be capable of accomplishing all work in a professional manner and in compliance with the applicable local, state and federal rules and regulations. Since this project is tied to other Reclamation contracts, it is imperative that any interested vendors be willing to fully cooperate with the other Contractors and with Government employees. Reclamation must comply with Executive Order 13423, Strengthening Federal Environmental, Energy, and Transportation Management, and the Federal Acquisition Regulation to specify requirements listed on the mandatory environmental purchasing lists. Therefore, Reclamation is interested in sources that can provide Green Office Buildings that do not jeopardize the intended end use or detract from the overall quality delivered to the end user. All components shall be delivered to the construction site located approximately 10 miles northwest of McCook, Nebraska in Frontier County. The anticipated delivery date is scheduled for February 15, 2012. However, this delivery date may be altered by the Contracting Officer in order to meet delivery site conditions and project requirements. Vendors that recognize they can provide the required services are encouraged to identify themselves and give written notification to the Great Plains Regional Office. In order to allow for sufficient Government consideration, vendors shall submit their written Letter of Interest no later than the close of business on November 11, 2011. Responses received after November 11, 2011 may not be considered by the Government. Interested vendors should include the following information on their response:1. Company Name2. Address3. Point of Contact Names and Phone Numbers4. Dun and Bradstreet Number (DUNS)5. Tax Identification Number (TIN)6. Size Classification based on North American Industry Classification System (NAICS) Code 531120. The applicable Small Business Size Standard is $7.0 Million.7. Socioeconomic Classification (i.e. HUBZone, 8(a), veteran-owned, etc.)8. A positive statement of your company's intention to submit a quote for this solicitation as a prime contractor.9. A statement regarding which components your company intends to submit a quote for (i.e., Triple-Wide, Double-Wide, Single-Wide, Container and / or Electrical Wiring)10. A statement regarding if the items being offered to the Government are under a GSA Federal Supply Schedule or under Open Market Conditions.11. A statement regarding if the items being offered to the Government are in compliance with EPA-designated items, USDA-designated items and/or Energy Star. Responses to this announcement may be submitted electronically through GSA E-BUY or FedBizOpps, may be faxed to 406-247-7798, may be e-mailed to cmundt@usbr.gov, or may be mailed to the Bureau of Reclamation, GP-5000, Attn: Christine Mundt, 316 North 26th Street, Billings, Montana 59101. As a reminder, this announcement is not a request for quotations and the information presented in this announcement will not obligate the Reclamation in any manner. For further information, contact Christine Mundt at (406) 247-7805. CCR: Effective October 1, 2001, (FAR 4.1102) any contractor interested in doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract or agreement. Contractors may register at http://www.ccr.gov. ORCA: Effective January 1, 2005, (FAR 4.1202) prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/392379839fb6a16c46bdf2e345317185)
- Place of Performance
- Address: Red Willow Dam is located approximately 10 miles northwest of McCook, Nebraska in Frontier County.
- Zip Code: 69001
- Zip Code: 69001
- Record
- SN02613085-W 20111028/111026233959-392379839fb6a16c46bdf2e345317185 (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 |