COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4, 2001 PSA #2928
SOLICITATIONS
54 -- RENTAL OF TEMPORARY OFFICE SPACE (MODULAR)
- Notice Date
- August 30, 2001
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Mis soula, MT, 59807
- ZIP Code
- 59807
- Solicitation Number
- R1-01-46
- Response Due
- September 14, 2001
- Point of Contact
- Selena Odlin, Contract Specialist, Phone 406-329-3229, Fax 406-329-3536, Email sodlin@fs.fed.us -- Laurie Hamers, Su pervisory Contract Specialist, Phone 406-329-3244, Fax 406-329-3536, Email lhamers@fs.fed.us
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquis ition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitat ion No. R1-01-46 is issued as a Request for Quotations (RFQ) for renting temporary office space. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. This solicita tion is not restricted to small businesses. The North American Industry Classification System (NAICS) for this procurement is 452930. The small business size standard is $9.5 million. This contract will be an Indefinite Delivery-Indefinite Quant ity (IDIQ), firm fixed price contract for multiple facilities. A facility is defined as any group of units required for a c omplete structure. Minimum quantity is 2 facilities with a maximum quantity of 10 facilities over a 12-month period from dat e of award. Contractor shall provide an offer on the three facilities described below as part of this solicitation. The go vernment may award all or a portion of those facilities described below. Additional facilities may be ordered, up to the ma ximum amount, at a later date. It is anticipated that rental periods will be one (1) base year with an option to extend for four (4) additional one-year periods. For renewal periods, the Contractor will be given 15 days written notice of intent t o renew, and the government may terminate with 30 days written notice. General criteria applying to all orders placed agains t this contract unless otherwise negotiated on a specific order: Facilities shall be a manufactured product and conform to the layout described in a specific order. Facility shall meet all ADA requirements as well as all local, state and federal codes. Additional doors for egress shall be installed to meet code requirements. Minimum floor load shall be 50 pounds per square foot unless otherwise specified in the individual order. A minimum r-value of 19 in the walls, 11 in the floor, and 38 in the ceiling is required. Specific requirements such as flooring, windows, heating/cooling and electrical/mechanical w ill be specified in each task order. Price shall include specific requirements of each task order as well as complete instal lation including skirting around perimeter, tie-down anchors, and temporary foundations. All perimeter skirting shall be to an r-value of 19. All utility service and connections to building stubouts will be provided by the Forest Service. For ev aluation purposes for future orders, provide the following prices based on general criteria above. $______ est./sf/month; $ ______ est. Delivery Charge (within 100 mile radius of Missoula, MT);$______est. setup fee (including skirting, tie-down, te mporary foundation); ______________ est. delivery time (# days) from date of order. Task Order No. 1 is as follows: $______ /month lease; $______ Delivery Charge; $_______ Set-up (includes skirting, tie-down, temporary foundation); $______ Building Return; $________ Teardown (includes skirting, foundation); _________________ Proposed Delivery Date. Provide a new manufa ctured product, one triple-wide modular office building, 36 feet by 60 feet to be connected together and accessible through a common door. The interior will contain eight offices (2 at 200 sf. and the remaining six at 120 sf. minimum), entry/recept ion area, break area, janitor's closet/mechanical room, and handicap accessible bathrooms. Bathrooms shall have one water c loset and one lavatory, with mens requiring a urinal. Exterior of building shall be finished with a fiber-cement siding and the gable roof shall match adjacent structure (approximately 5 in 12 feet). The roof shall be covered with composition roo f shingles compatible with the color and layout of a wood shingle roof. The windows shall be double-insulated horizontal sl iding units approximately 3 foot wide by 5 foot high. The number and location of windows will be negotiated but each office shall, as a minimum, have one window with two windows on the corner rooms. Exterior doors shall be wood solid core doors w ith a half lite on the front entrance. Interior finish shall be painted gypsum board walls and an 8-foot acoustical t-bar c eiling with energy efficient fluorescent light fixtures. Interior walls around bathrooms and mechanical room shall be insul ated for sound transmission. Interior doors shall be solid core wood doors in a metal frame with standard locks. Floors sh all be carpeted with a minimum of 28 oz. Commercial grade carpeting. The entrance areas, bathrooms, utility room shall be f urnished with a 80 mil., Type II, Grade 1 sheet vinyl. All colors and finish materials will be coordinated with the Contrac ting Officer. The central HVAC system will be fueled with propane. Electric shall be 110/240 volt single phase. Duplex el ectrical outlets shall be installed at a maximum of eight feet on center with the exception of building service areas. Voic e and computer data ports with category 5 wiring shall be installed at the same interval as the electrical outlets. A cabin et shall be installed in the break area for a microwave and under counter refrigerator. Base cabinet shall have storage wit h doors and the upper cabinet shall have doors. Microwave and refrigerator will be provided by others. Installation will b e on site at the University of Montana Forestry Sciences Lab, 800 E. Beckwith, Missoula, MT. Task Order No. 2 is as follo ws: $______/month lease; $______ Delivery Charge; $_______ Set-up (includes skirting, tie-down, temporary foundation); $____ __ Building Return; $________ Teardown (includes skirting, foundation); _________________ Proposed Delivery Date. Provide a 1999 or newer manufactured product, for one quintuple (5) wide modular office building, 3600 sf. Space shall be open excep t for a minimum 300 sf area for a conference room. Space shall include handicap accessible bathrooms with one water closet and one lavatory, with mens requiring a urinal. The windows shall be double-insulated horizontal sliding units with blinds. The number and location of windows will be negotiated. Carpet shall be anti-static and located in all spaces except the e ntrance and bathrooms, which require vinyl. The interior finish shall be vinyl gypsum or gypsum board walls and ceilings sh all be 8-feet high and consist of a t-grid with energy efficient fluorescent light fixtures. The heating and cooling shall be central HVAC, all electric. Electric shall be 110/240 volt, single phase. Duplex receptacle outlets shall be installed so that no point along the floor line in any wall space, except building service areas, is more than 8 feet on center. Room s wider than 16 feet shall also have floor receptacles mounted on a 8-foot X 8-foot grid. Workstation Interfaces (WSI) shal l be installed at the same spacing as outlets. A ramp shall be supplied at the front entrance to the office. The site wher e this unit will be located is basically flat and does not exceed 1 foot in elevation drop in any driection. Installation wi ll be on site adjacent to the Bitterroot National Forest Supervisors Offic, 1801 N. First, Hamilton, MT. Task Order No. 3 is as follows: $______/month lease; $______ Delivery Charge; $_______ Set-up (includes skirting, tie-down, temporary foundat ion); $______ Building Return; $________ Teardown (includes skirting, foundation); _________________ Proposed Delivery Date. One double-wide mobile office, 24 feet x 60 feet. This section of office will be at right angles to an existing office sec tion. Access will be through a door at the end of the unit and will form a weather tight seal with the existing unit. The un it will be divided into 5 single and 2 double offices. Each single office will have 1 window and the double offices will ha ve 2 windows placed equally apart. The final floor plan will be negotiated. The site where these units will be located is ba sically flat and does not exceed 2 foot in elevation drop in any direction. The buildings shall be a 1998 or newer manufact ured product and shall conform to the layout described and as agreed to by the Contracting Officer. Exterior and interior co lor schemes shall be consistent with the existing units. Carpet shall be anti-static and located in all spaces except the en trance area, which will require vinyl. The interior finish shall be vinyl gypsum or gypsum board walls and the ceilings shal l be 8 foot high and consist of a t-grid with energy efficient fluorescent light fixtures, or a hard ceiling with surface-mo unted fixtures. Windows shall be double-insulated horizontal sliders with blinds. Window locations and amount will be coordi nated with the Contracting Officer. Interior doors shall be hollow-core steel doors with standard locks and exterior doors s hall be insulated. The heating and cooling shall be central HVAC, all electric. Electric shall be 110/240 volt single phase. Duplex receptacle outlets shall be installed so that one is available on each wall in single offices and two are equally sp aced on each wall in double offices. Workstation interfaces (WSI) shall be installed at the same spacing as outlets. Use dua l RJ45 8-pin modular jacks for WSIs. All wire and connections to the WSIs will be installed by others. Installation will be on site at the Smoke Jumper Center, 4 miles west of Missoula Montana, shall be completed no later than January 15, 2001. Award will be made to that offeror who offers the best value to the government considering price and other factors including quality and delivery time. Offeror shall provide product literature to provide a technical description of the products off ered. The following FAR clauses shall apply: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-2, Evaluation -- - Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items (Offeror shall include a comple te copy of this provision with their proposal); 52.212-4, Contract Terms and Conditions -- Commercial Items; and 52.212-5, C ontract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the additional FAR c lauses stated at the following paragraphs within 52.212-5(b) applying: (1)(5)(11)(12)(13)(14)(15)(16)(17) (18)(21)(24). The clauses and certifications referenced above may be obtained from the following website:http://www.arnet.g ov. Offers are due September 14, 2001 at CLOSE OF BUSINESS.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USDA/FS/0343/R1-01-46/listing.html)
- Record
- Loren Data Corp. 20010904/54SOL001.HTM (A-242 SN50W561)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on August 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|