The RFP Database
New business relationships start here

Double Wide Trailer Facility Requirements


Alabama, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a pre-solicitation sources sought announcement (SSA)/request for information (RFI) issued pursuant to Federal Acquisition Regulation (FAR) 15.2. The U.S. Army is conducting a sources sought/request for information for market research only. There is not a solicitation package currently available for this effort. The U.S. Government is performing a market survey to understand industry interest in supporting the following effort:

This announcement is for the long term lease of 7 each 24' x 60' commercially available doublewide trailers for the U.S. Army. Doublewide trailers are double-wide mobile homes consisting of two sections bolted together. The commercially available doublewide trailers are required to have preinstalled electrical and mechanical systems, and are required to include steps at each exterior door. All windows will have security bars installed, and all exterior doors will have a dual-locking security system. The doublewide trailers must provide a safe environment to house personnel and delicate electronic equipment year-round, and must be completely weather, insect and rodent proof; all joints and seams (wall-to-ceiling, wall-to-wall, and wall-to-floor) must be double sealed, and must be able to withstand heavy winds. The doublewide trailer facilities shall have wall mounted energy efficient air conditioning/heating (HVAC) units. Each air conditioning unit shall keep the inside temperature between 68-78 degrees Fahrenheit while the outside temperature is 30-125 degrees Fahrenheit between 5%-85% humidity. HVAC units will include HEPA air filtration to reduce dust intrusion to the extent possible. No window mounted units shall be acceptable.
The contractor is responsible to deliver and install the trailers, and to provide completely turn-key, usable facilities ready for occupancy, or storage, as applicable. The installation of all doublewide trailers must be completed within a two week period, inclusive of the delivery, preparation for connection to main power, and readiness for Contracting Officer (KO)/Technical Representative (TR) inspection. Delivery must be coordinated with the current contractor such that delivery will commence within two business days of the removal of existing trailers from the installation site and cleanup of the site by the current contractor. All of these activities must be closely coordinated with the current contractor and the government.
There may be no commercial power available at the time of installation; therefore, the contractor should be prepared to provide all power needed for the doublewide trailer installation; if commercial power is available, it may be used for installation. It will be the responsibility of the Government to provide and install the trailer main power disconnects, and to complete the connection to commercial or generator power.
Contractor will remove all debris, excess hardware, materials and trash related to the delivery and setup of the trailers. The doublewide trailers and associated job site(s) will be inspected by the Contracting Officer (KO)/Technical Representative (TR) inspection and must pass inspection for installation to be complete. Non hazardous materials may be placed in the closest U.S. Army Yuma Proving Ground dump. Contractor is responsible for any on-site dumpsters, and for their removal and emptying, if required.

PERIOD OF PERFORMANCE

The period of performance for this effort is 60 months to be proposed as follows:

    Base Period of 36 months
    Option/Ordering period 1: 12 months
    Option/Ordering period 2: 12 months

No Award is intended as a result of this request. The U.S. Government (USG) will not pay for information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any requests for a copy of the solicitation will not be addressed since this is a request for information, not a request for proposal.

RESPONSE INSTRUCTIONS

All information in responses should be unclassified and shall be provided in white paper format limited to 12 pages with two additional pages for technical drawings. The white papers will be reviewed by U.S. Government personnel and their support contractors. All information provided will be adequately protected. Any proprietary information must be identified. To be reviewed, the statement, quote mark Releasable to U.S. Government Agencies and their supporting contractors for review only, quote mark must accompany any proprietary submission. Acknowledgement of receipt of white papers will not be made and white papers will not be returned. The response format shall be data files either emailed or on a CD.

In accordance with FAR 15.201(e), responses to this SSA/RFI are not offers and cannot be accepted by the U.S. Government to form a binding contract.

Responses are due within 14 days of this SSA/RFI. Responses shall be delivered via mail or email. For email, send to David Webb at david.c.webb8.civ@mail.mil and/or Mr. David Cobb at david.f.cobb.civ@mail.mil. For mail, send to the Army Contracting Center-RSA (ACC-RSA), CCAM-SM-C, AMDCCS/TOCS Division, ATTN: David Webb (W/S A300), Building 5250 Martin Road, Redstone Arsenal, AL 35898.


Chris, 8427685

ACC-RSA - (Missile)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP