The RFP Database
New business relationships start here

Lease of Modular Facility - Robins AFB Building 230-M


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

REQUEST FOR INFORMATION
LEASE OF MODULAR BUILDING 230-M
September 12, 2017
CAUTION:
The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements. This is an unclassified part. Actual knowledge and/or generation of classified information and/or Controlled Unclassified Information (CUI) are not expected to be necessary for performance of the contract/order.
The Government has determined that this supply is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists, or commercial manuals assigned a technical manual number apply.
NOTE: Samples are not available for potential supplier to evaluate.
The contractor shall provide SMXG a lease for use of the Nortex Supplied Modular facility currently situated at Robins AFB, GA as Building 230-M.
Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.
INSTRUCTIONS:
1. The documents below and attached contain a description of the LEASE OF MODULAR BUILDING 230-M requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.
2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient capability in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).
a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.
3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.
4. Questions relative to this market survey should be addressed to the requiring activity.
REQUEST FOR INFORMATION
LEASE OF MODULAR BUILDING 230-M
PURPOSE/DESCRIPTION
The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to supply the following LEASE OF MODULAR BUILDING 230-M:
• Minimum of 8550 square feet of open floor space. Complete facility must be able to fit within a 135'x 64' parking lot. Trailer tongues or other exterior structures may overhang beyond the 64' within certain areas. The complete facility will be free-standing, self-contained units, able to withstand general weather conditions.
• Heated/Air Conditioned (Central, Balanced HVAC System)
• Proper lighting for an office area (80 foot candle or better) at 30 inches AFF. All interior lighting shall be fluorescent lighting.
• Within this 8550 sq. ft. modular space, 3 hard walled ~18' X 12' offices and 10 hard walled ~12' X 12' offices placed so the remaining space is as open as possible. All offices shall have 36" wide doors with locks and individual keying. Exterior doors shall be a minimum of six feet wide without a middle post to allow for a six foot clear opening span, and shall have panic hardware. Keys for interior doors shall open exterior doors. All doors shall allow personnel to see approaching personnel on the opposite side of the closed door (that is, shall have a vision glass insert). Enclosed offices referenced in item #4 shall be pre-wired for telephones and computers with two (2) ea. dual jacks (Cat 6) located on opposite sides of the room. Two open basket trays (evenly spaced) running the length of the open area shall be provided and installed by the Contractor above the ceiling to service for the systems furniture. All contractor provided cabling shall be plenum rated and conform to the Robins AFB Communications standard. All voice and data wiring shall be appropriately labeled at each termination and tested for Category 6 compliance.
• Two restrooms with multiple toilet fixtures to include a minimum of one handicap accessibility in each, with sink, a kitchenette sink with garbage disposal, and two water cooler fountains. All sinks shall have hot and cold potable water.
• Electrical wiring in walls to support general office equipment (i.e., computers, printers, a copy machine, etc.), all installed within RAFB Electrical Standards.
• Lighting for each enclosed office shall be independent of other light switching. Light switches shall be placed at exits for safe and easy egress / access of the area. Emergency egress lighting and un-switched (night) lighting is required.
• Interior electrical panel boards for lighting, wall mounted receptacles and systems furniture shall be furnished. A minimum of ten (10) ea. 20 amp, 120 V single pole breakers shall be installed for future government use.
• Electrical junction boxes (15 each) pre-wired for two (2) ea. 20 amp, 120 V circuits uniformly distributed above the ceiling in the open area for 40 ea. systems furniture cubicles (6' X 8') provided by others. Wiring (in EMT conduit) will terminate in the contractor provided panel box(s). Electrical shall conform to the Robins AFB electrical standards. All electrical boxes shall be clearly marked to identify the applicable circuit breaker.
• Exterior mounted electrical throw box(s) so that electrical power can be easily connected to the modular facilities directly from the exterior of the facility. Government will connect electrical power to these exterior throw box(s).
• Easily accessible exterior mounted water/sewer lines so that water and sewer service can be easily connected to the modular facility from the exterior of the facility. Government will connect the water/sewer lines.
• Carpeted floors, insulated walls and suspended 2' X 2' ceiling grid with tiles
• Windows (double hung 32" X 44") shall be symmetrically located at ~six (6) to eight (8) foot spacing. All enclosed offices shall have at least one (1) window.
• Meet or exceed Life Safety Codes Standards for egress.
• Structure will meet all applicable national codes (including OSHA, NFPA, Life Safety Code, ASHRAE, etc.).
• REMOVAL OF MODULAR BUILDING AT END OF LEASE:
• Contractor shall remove the anchors/tie downs.
• Contractor required to return the leased facilities and conduct any special maintenance requirements on the facilities at no additional cost to the Government.
CONTRACTOR CAPABILITY SURVEY
Part I. Business Information
Please provide the following business information for your company/institution and for any teaming or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code: 321992 (Buildings, prefabricated, wood, manufacturing).
Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• Central Contractor Registration (CCR). (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
This RFI will be posted for 15 Days.
Please email responses to: David Shoemaker; david.shoemaker.4@us.af.mil. Responses must be received no later than close of business 29 September 2017.
NOTE: Ensure data is in a readable electronic format. Ensure electronic data can be received through a firewall.
Questions relative to this market research should be addressed to: David Shoemaker; david.shoemaker.4@us.af.mil.
Part II. Survey Capability Survey Questions
A. General Capability Questions:
1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. (1 page limit)
2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). (1 page limit)
3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) (1 page limit)
B. Production Questions:
1. Describe your capability and experiences in the manufacturing/fabrication of modular buildings. (1 page limit)
C. Commerciality Questions:
1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. (1/2 page limit)
2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. (1/2 page limit)

David Shoemaker, Program Manager, Email david.shoemaker.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP