Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

W -- Ft. Carson, CO, Office Trailer Rental

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451015Q1019
 
Archive Date
9/29/2015
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is issued as a request for quote (RFQ). The performance timeframe is a 18 month base lease period. The RFQ is for DLA Disposition Services at Ft. Carson, CO. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 531130, applicable dollar threshold is $27.5 million. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. If an offeror has not completed the annual representations and certifications electronically within their SAMs registration, the offeror shall complete only paragraphs (c) through (m) of this provision at http://www.drms.dla.mil/drmsp/fillins.doc. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. Office Trailer Rental Requirements: Bid Schedule: CLIN 0001 - 18-month Base Lease Period Rental of Office Trailers per RFQ terms U/P: _________ x 18 months Total Base Period: _________ CLIN 0002 - Option for Office Furniture for 18-Month Base Lease Period* Rental of Furniture for Office Trailers per RFQ terms U/P: _________ x 18 months Total Option Period $:__________ Grand Total of Base and Option Period: _________ * The option is subject to unilateral exercise by the Government with notice of the intent to exercise provided the contractor at least 14 calendar days prior to exercise (or within the initial award), and note the pro-rated price reduction available below if applicable to actual rental time used. Note that initial performance via delivery of trailers is currently pending installation approvals and related considerations (e.g. utilities) that could delay award up to 6-9 months from solicitation closing. This action is still being solicited at this time, however, since approvals may occur well before this potentially long approval timeframe. Initial placement of trailers, and their office furniture if exercised, is within 90 calendar days of contract award, with the 18-month lease period beginning upon the completion of delivery and all required set-up to be fully operational. The contractor shall provide office trailers for the required 18-month base period, currently expected to be Dec 2015 - May 2017. If exercised, the CLIN 0002 office furniture option will coincide with the same CLIN 0001 timeframe. Should the CLIN 0001 Office Trailers, and CLIN 0002 Office Furniture Option (if exercised), be needed for less than their original 18-month periods, the contractor agrees to a pro-rated reduction to the lease price(s) for the number of rental days not used. The total number of office trailers may vary as the contractor's offered rental office trailers warrant, as long as 30 total employee workstations are provided within the total rented office trailer space provided. Further requirement details are as follows: General Office Trailer Requirements, CLIN 0001: - skirting for office trailers to industry standards - one trailer must have an ADA (American Disabilities Act) ramp and ADA restroom. A single joint facility is acceptable, or separate for men and women. Sewer connections will be completed by the Government. - each office trailer must have complete heating/cooling systems included (HVAC) - each of the 30 workstations covered by the total trailer space must provide at least 60 square feet of space per workstation - one of the office trailers must include a conference/meeting room allowing for table/seating for at least 8 personnel, and IT drops (or Wi-Fi ability), telephone connection, and electrical outlets - at least one of the office trailers will include a break-room with space for at least 16 employees, electrical outlets, and suitable water source, i.e. sink - at least one of the office trailers must include a private office (for supervisor) with space for 5'x2' minimum desk and chair, and additional space for meeting table with two chairs - one area for an IT server must be provided for the total set of trailers - IT drops (or ability to connect to Wi-Fi), phone connection, and electrical outlets for each workstation - Layout of office space subject to Government technical review/acceptance (see evaluation criteria) General Office Trailer Furniture Requirements, CLIN 0002 (if exercised): - office chair and desk for each of the 30 workstations, including the private office - private office desk at least the 5'x2' size noted above, with additional work table and two additional office chairs - conference/meeting room table and chairs for at least 8 personnel - break-room chairs and tables (at least two separate tables) accommodating at least 16 employees - all furniture must meet industry standard office furniture requirements, and meet any/all applicable safety laws/regulations The current surface at the installation location is asphalt, with an appropriate trailer securing/anchoring system required. Recovery after the rental period includes restoring the site to its original condition, including but not limited to any pavement restoration and any/all clean-up of the premises. Any required maintenance during the rental period must be included in the total quoted price. The site Point of Contact (POC) for office trailer coordination actions is Dennise Ribot, dennise.ribot@dla.mil, phone (719) 526-2791. The site address is: DLA Disposition Services Ft. Carson 6151 S. Specker Ave. Colorado Springs, CO 80913 All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required permitting is the responsibility of the contractor, with coordination as necessary with the POC. Electric and water is available on-site, with coordination required of the contractor with the POC. The premises is expected to be otherwise suitable for trailer placement. On-site work for set-up, removal and any other performance including trailer maintenance must be performed during normal installation work hours which are available from the above POC, excluding Federal holidays. In additional to all delivery/set-up, and removal related labor, the contractor is to provide their own Material Handling Equipment or other support/equipment necessary for the start-up and completion of the rental period. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor whose quote conforms to the solicitation and offers the lowest total price, including the option period, after a pass/fail evaluation of the contractor's provided office trailer details vs. this requirement). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to joe.bednar@dla.mil no later than September 14, 2015, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes are to include: 1) The bid schedule is included above and responding firms are required to complete and return that section with their quote submission. 2) Complete listing of CLIN 0001 office trailer specifications, including but not limited to dimensions and floor-plans, and provided features/additions to demonstrate the requirements identified above are fully met by the contractor's office trailers and related items/service being provided. Complete list of the proposed office furniture (description with make and model) is to be provided for the CLIN 0002 Option to demonstrate it also meets requirements. 3) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than September 4, 2015 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers. Site Visits may be accommodated in time for submission of quotes but can't be guaranteed. The DLA Dispositions Ft. Carson POC on this action is Dennise Ribot, dennise.ribot@dla.gov, phone (719) 526-2791, and note there is a 24-hour lead-time requirement for installation access. EVALUATION: Quotations will be evaluated on a Low-Priced-Technically-Acceptable basis. Award will be made to the firm that offers the lowest overall price for the total requirement, including its option, provided their technical submission on the CLIN 0001 Office Trailers and CLIN 0002 Office Furniture meets the stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451015Q1019/listing.html)
 
Place of Performance
Address: DLA Disposition Services Ft. Carson, 6151 S. Specker Ave., Colorado Springs, Colorado, 80913, United States
Zip Code: 80913
 
Record
SN03864123-W 20150902/150831235834-07a00a6e44d82f1173ead743c654c954 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.