Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2016 FBO #5508
SOLICITATION NOTICE

W -- Moblile Shelter Rental, Kauai, HI

Notice Date
12/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-0551
 
Point of Contact
Karen L. Sampson, Phone: 401-832-4343, Cheryl A Hale, Phone: 401-832-2874
 
E-Mail Address
karen.sampson@navy.mil, cheryl.hale@navy.mil
(karen.sampson@navy.mil, cheryl.hale@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. Quotes are due no later than 2:00 PM EST on Friday, December 30, 2016. Quotes must be submitted via email to karen.sampson@navy.mil. The Request for Quotation (RFQ) number is N66604-17-Q-0551. This procurement is 100% total small business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System Code (NAICS) for this acquisition is 532120. The Small Business Size Standard is $38.5M. The Product Service Code (PSC) is W023. This requirement is for the Pacific Missile Range Facility on Kauai in Hawaii. Background: The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to lease/rent on a Firm-Fixed Price Basis a secure mobile shelter/trailer which is required to support testing at a remote location over a minimum two year period at the Pacific Missile Range Facility on Kauai in Hawaii. The required location currently has no structure or building to shelter testing operations and test personnel. Due to extreme weather conditions, shelter is required during test periods in order to provide safe and reasonable working conditions for employees and to protect special test equipment and office equipment. Scope: The contractor shall provide all labor, transportation and supervision required to provide secure mobile shelter delivered to the Pacific Missile Range Facility Barking Sands Kauai, Hawaii and set up with the following minimum specifications: Specification Requirement Nominal size (footprint) 40 ft x 12 ft Interior Partitions 2 rooms, separated by interior door with cipher lock: 1 room nominally 25 ft long 1 room nominally 15 ft long Exterior door enters into 15 ft room Cable pass through-interior to exterior 4" Conduit from Exterior to Interior, with face plate cover Pass-through to be located at end wall of 25 ft long room Exterior Doors Hardened Exterior Door (Tamper Resistant) Entry, Accessibility Awning/Stairs over Main Entrance Main Door Lock X-10 and Cipher Lock on Main Door (Federal Specification FF-L-2740, Revision B) Main Door Emergency Exit Emergency Exit Push Bar Air Conditioning Individually controlled Air Conditioning Units in Each Interior Space Minimum 60,000 BTU total Exterior A/C Covers (Secure) Exterior Air Conditioning Covers (Secure) Sound Damping, Exterior Walls Sound Deadening (Doors, Walls, Windows) Exterior Window Security Exterior Window Screens Interior Window Security Coverings Interior Window Coverings Exterior Perimeter Exterior Perimeter Skirting (Secure) Electrical Service 120/240V single phase, 200 AMP service Interior Power 16 EA 120V AC GFI Duplex Outlets in each interior space Intrusion Detection Systems Include interior alarm Exterior Light Vandal resistant, rust proof, wall mounted light, interior switch Interior Exit Light Emergency exit light with 90 minute battery backup Pricing: The contractor shall provide prices for all of the contract line items (CLINs) below: CLIN 0001 - Base Period - Monthly rental/lease of Trailer for a period of 12 months from date of delivery; Unit price: $____________ x 12 MO = $______________ Total Amount CLIN 0002 -Setup/Delivery - U/P: $_________x 1 = $ ________ Total Amount CLIN 0003 - Pickup/Removal - U/P: $_______ x 1 = $_________Total Amount CLIN 0004 - Option 1 - Monthly rental/lease of Trailer for a period of 12 months Unit price: $____________ x 12 MO = $_______________ Total Amount Period of Performance: The period of performance shall be twelve (12) months from date of delivery with a one (1) year option to exercise or cancel if at the best interest of the Government. Contractor shall provide annual pricing for each period (base and option). Place of Performance: The contractor shall deliver the trailer to Pacific Missile Range Facility Barking Sands Kauai, Hawaii. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this solicitation. The provision of FAR 52.212-3 Offeror Representations and Certifications Commercial Items apply to this solicitation. Clauses FAR 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 apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: 52.217-9 - Option to Extend the Term of the Contract Defense Priorities and Allocations System (DPAS) rating is DO-C9 Payment will be through Wide Area Workflow (WAWF) see DFAR Clause 252.232-7006, Wide Area Work Flow Payment Instructions. Vendors must be registered in the System for Award Management (SAM) prior to award. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The Government may consider past performance information. Offerors shall include the following information with submissions: - Prices - Delivery date/terms -Point of contact (including phone number and email address) -Contractor CAGE Code All timely quotes will be considered. Quotes must be submitted via email to karen.sampson@navy.mil. For information on this acquisition, contact Karen Sampson at karen.sampson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-0551/listing.html)
 
Place of Performance
Address: Pacific Missile Range Facility, Kauai, Hawaii, United States
 
Record
SN04356437-W 20161222/161220234748-9978192803be415e4681d1c076371237 (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.