Idaho Bids > Bid Detail

Lucky Peak Dam and Lake (LPA) Office Work Trailer

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159855032920647
Posted Date: Feb 13, 2023
Due Date: Feb 14, 2023
Solicitation No: 23Q0033
Source: https://sam.gov/opp/7b91b0ccd6...
Follow
Lucky Peak Dam and Lake (LPA) Office Work Trailer
Active
Contract Opportunity
Notice ID
23Q0033
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 13, 2023 02:23 pm PST
  • Original Response Date: Feb 14, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W023 - LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES
  • NAICS Code:
    • 321992 - Prefabricated Wood Building Manufacturing
  • Place of Performance:
    Boise , ID 83716
    USA
Description

This Presolicitation pertains to the LPA Office Work Trailer in accordance with the Purchase Description for the U.S. Army Corps of Engineers, Walla Walla District. This will be a firm-fixed-price supply contract. The North American Industry Classification System (NAICS) code for this project is 321992 and the associated small business size standard is 500 employees. The solicitation will be a Total Small Business Set Aside.



This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation has been scheduled to be released via https://sam.gov/ soon detailing requirements for the LPA Office Work Trailer. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.



Conducting business with the Government:



In order for contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All offerors must be registered prior to receiving an award. Registration instructions may be obtained, and on line registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via sam.gov at https://sam.gov/content/home. No CD's or hard copies will be available. Offerors are responsible for any loss of internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.sam.gov and add the solicitation to your quote watch list.



***********************************************************************



Please see attachments for Technical Specs Below:



TECHNICAL SPECIFICATIONS

WORK TRAILER FOR LUCKY PEAK PROJECT





1.0 Intent

The government requests rental services for a mobile modular office trailer with the capability to provide office space. The rental of an office trailer with office space is required in order to support the US Army Corps of Engineers Natural Resource personnel at US Army Corps of Engineers Natural Resource Office, 9723 East Highway 21 Boise, Idaho 83716. This contract will include a base year with four (4) optional one year periods.





2.0 Specifications

2.1 The minimum size of trailer required shall be 10 feet x 30 feet.

2.2 The trailer shall include at minimum one lockable exterior doors and two exterior lockable windows.

2.3 A minimum of two sets of keys shall be provided for the exterior door locks.

2.4 Flooring shall be vinyl or other similar durable material suitable for an office setting.

2.5 Interior walls shall be paneling or other smooth surface suitable for an office setting.

2.6 The trailer shall include a minimum of two desks and two chairs.

2.7 Bathroom facilities are not required.

2.8 Heating and air conditioning is required for each interior space, as well as built in overhead lighting and sufficient 110-volt wall receptacles to support two persons with computer and printing equipment.

2.9 A set of access steps shall be provided and installed for each exterior door location. 2.8 Anchoring of the trailer to the ground is not required.

2.10 Electrical and any other utility hook ups will be performed by the Government

2.11 Any routine maintenance on the heating and air conditioning shall be included.

2.12 Repair of any normal wear and tear shall be included for items such as doors, windows, flooring and internal electrical systems. Response time for repairs shall be within(5) calendar days.

2.13 Tear down, pickup, and return of the trailer at the end of the Base Year, Option Year 2, Option Year 3, or Option Year 4 dependent on which, if any, of the options are exercised shall be included. All costs associated with this requirement shall be included in the quote.





3.0 Security

3.1 General security requirements and guidance: The security requirements described below apply to all contract personnel (including employees of the prime Contractor ("Contractor") and all subcontractor employees) supporting the performance requirements of this contract. The Contractor is responsible for compliance with these security requirements. Questions regarding security matters shall be addressed to the designated Government representative (e.g., Contracting Officer Representative (COR), Requiring Activity (RA) representative, or Contracting Officer (if a COR or other RA representative is not appointed)).

Contract personnel are critical to the overall security and safety of US Army Corps of Engineers (USACE) installations, facilities and activities, and security awareness training contributes to those efforts. The Department of Defense (DoD) and Army security training requirements specified below, if applicable, are performance requirements; all applicable contract personnel shall complete initial training within 30 days of contract award or the date new contract personnel begin performance on the contract. Within five business days from the completion of training, the Contractor shall provide written documentation (e.g., email or memorandum) to the Government representative. The documentation shall include the names of contract personnel trained and which training they completed; the Contractor shall maintain training records as part of their contract files and be prepared to provide copies of training certificates to the Government representative. Contractor personnel and vehicles are subject to search when entering federal installations. Additionally, all contract personnel shall comply with Force Protection Condition (FPCON) measures, Random Antiterrorism Measures (commonly referred to as "RAMs"), and Health Protection Condition (HPCON) measures. The Contractor is responsible for meeting performance requirements during elevated FPCON and/or HPCON levels in accordance with applicable RA plans and procedures-this includes identifying mission essential and non-mission essential personnel. In addition to the changes otherwise authorized by the changes clause of this contract, should the FPCON or HPCON levels at any individual facility or installation change, the Government may implement security changes that affect contract personnel. The Contractor shall ensure all contract personnel are aware of their security responsibilities, including any site-specific requirements identified in local policies or procedures.

3.2 All contract personnel requiring routine access to Army installations, facilities, and controlled access areas, or requiring network access shall complete initial and annual refresher AT Level 1 awareness training. Online AT Level 1 awareness training is available at https://jko.jten.mil/ (website subject to change).

3.3 In accordance with applicable regulations, all contract personnel who do not possess the appropriate security clearance or access privileges will be escorted in areas where they may be exposed to classified information or operations, sensitive information or activities, or restricted areas.

3.4 Contractors shall comply with the requirements set forth in FAR clause 52.222-54 Employment Eligibility Verification and FAR Subpart 22.18 in using the E-Verify Program at (https://www.e-verify.gov/) (website subject to change) to meet the contract employment eligibility requirements. Contractors are encouraged to cooperate with Federal and State agencies responsible for enforcing labor requirements to include eligibility for employment under United States immigration Jaws in accordance with FAR 22.102-l(i). An initial list of verified/eligible candidates shall be provided to the COR no later than three business days after the initial contract award. When contracts are with individuals, the individuals will be required to complete a Form 1-9,

Employment Eligibility Verification, and submit it to the Contracting Officer to become part of the official contract file.





4.0 Shipment and Delivery

The mobile office trailer shall be delivered as FOB Destination within 3 weeks of award. Shipments are only allowed during normal business hours of Monday-Friday 7:30 a.m. to 4:00 p.m.





The trailer shall be delivered to:



Lucky Peak Office

9723 East Highway 21

Boise, ID 83716


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 13, 2023 02:23 pm PSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >