Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2024 SAM #8170
SOLICITATION NOTICE

X -- 805 CTS Climate Controlled Storage Containers

Notice Date
4/8/2024 12:33:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531130 — Lessors of Miniwarehouses and Self-Storage Units
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
F2FT574008A001-1
 
Response Due
4/12/2024 10:00:00 AM
 
Archive Date
04/27/2024
 
Point of Contact
Jessica Lavender, Rachel Tilley
 
E-Mail Address
jessica.lavender.1@us.af.mil, rachel.tilley.1@us.af.mil
(jessica.lavender.1@us.af.mil, rachel.tilley.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*********************************************************Questions & Answers****************************************************** 1.� Q - Will the contractor need to load/unload government property into the portable storage containers at any time during the contract? ���� A � All government property will be loaded/unloaded into the storage containers by the Government.� Contractor will not be responsible for loading/unloading government property.� 2.� Q - Do CLIN 0002 and CLIN 0003 refer to the number of trips required to move all four containers, with CLIN 0002 specifying the movement of containers destined for the 2nd floor and CLIN 0003 specifying those for the 1st floor?� Or, do these CLINs refer to the number of containers themselves, meaning two containers will be placed on the 2nd floor (CLIN 0002) and two on the 1st floor (CLIN 0003)? ���� A � CLIN 0002 represents the delivery/pickup (combined) for all government property on the 2nd floor.� The 4 containers will be placed on the ShOC-N campus and the Government will load items from the second floor into the container. The Government will reach out to the Contractor when it is time for the containers to be picked up and taken to the Contractor�s storage facility. �The Government will again reach out when it is time for the Contractor to bring the units back to the ShOC-N campus.� At this point, the Government will unload the items belonging on the second floor and load the containers with the items from the first floor.� Upon completion of the Government unloading/re-loading the containers, the Contractor will pick up the storage units and return them to their storage facility until the Government is ready for the containers to be returned for the final unloading.� �An extra CLIN was added in case this pick-up/drop-off needs more than these two trips.� The containers will not ever be located on the second floor or anywhere inside the building.� The CLINs are simply labeled in this manner (by floor) to separate the phases of the project.� 3.� How many phases will there be within the 12 months? ���� A � There will be two phases as annotated by the CLINs.� If an extra phase is needed, the additional CLIN will be utilized. 4.� What are the projected delivery and pickup dates for each phase? ���� A � This is contingent upon award date and the construction phase completion dates.� We won�t have exact dates at this point.� 5.� How long will containers stay at ShOC-N campus during loading and unloading phases? ���� A � The time could vary so we don�t have an exact timeframe.� 6.� Will the contractor need to load/unload government property into the portable storage containers at any time�during the contract? I just want to be clear if labor is needed for loading &�unloading the portable storage containers' contents or not. ���� A � The Government will be the only ones who will load/unload items from the storage containers.� 7.� Also in the solicitation it mentions an additional pick up/drop-off off possibly being needed. Would this be to put more items into one of the 4 portable storage containers? �� A � Yes.� This is a revision to the original posting - F2FT574008A001. Requirement has been updated to accurately reflect the needs of the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The solicitation number is F2FT574008A001-1. This solicitation is issued as a Request for Proposal (RFP). A Firm Fixed Price type contract will be awarded. 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, effective 22 January 2024. 3. This combined synopsis/solicitation is being issued as Small Business set-aside, and the associated NAICS code is 531130- Lessors of Mini-warehouses and Self-Storage Units; Business Size Standard $47.0M. 4. Offeror�s shall provide a completed quote. Below is the contract line-item number (CLIN) breakdown: CLIN 0001 Monthly rental CLIN 0002 Delivery of unit/Pick Up for storage - 2nd floor CLIN 0003 Delivery of unit/Pick Up for storage - 1st floor CLIN 0004 Final pick up of units for project end CLIN 0005 OPTIONAL Delivery of unit/Pick Up for Storage (only if needed after first 2 trips) 5. DESCRIPTION OF SERVICES: The 805th CTS, at Nellis AFB, NV, has a requirement for the rental of four 16�storage containers to be delivered to the 805th CTS Shadow Operations Center (ShOC-N), Nellis AFB, for customer loading of items to be stored.� Upon completion of loading, the Contractor shall return to pick up the containers and deliver them for storage in a climate-controlled facility.� Storage containers will be utilized to temporarily stock a various number of materials with the focus to protect IT equipment or other heat sensitive items from the extreme heat/outside conditions with the use of Contractor�s climate-controlled facility for 12 months after receipt of order.� PLEASE SEE �ATTACHMENT 1 � SOW � 805 CTS Climate Controlled Storage Container Rental� FOR MORE INFORMATION. 6. Period of Performance Start:� Within 30 days ADR ��� Place of Performance:� Nellis AFB, NV ��� 7. Offers are due no later than Wednesday, 8 April 2024 at 10:00am PDT. Only offers submitted electronically via email will be considered for this requirement. Submit offers to �����Ms. Jessica Lavender at jessica.lavender.1@us.af.mil. Please include the solicitation number, F2FT574008A001-1, in the Subject Line of the email to ensure prompt receipt of your proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cf76c9c8c864ab4a45ce521ddddf557/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN07023042-F 20240410/240408230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.