California Bids > Bid Detail

CDTF Modular Office Building

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159529771147733
Posted Date: Apr 24, 2024
Due Date: May 4, 2024
Solicitation No: W912LA24Q0008
Source: https://sam.gov/opp/73fdd09821...
CDTF Modular Office Building
Active
Contract Opportunity
Notice ID
W912LA24Q0008
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 24, 2024 10:46 am PDT
  • Original Response Date: May 04, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 321991 - Manufactured Home (Mobile Home) Manufacturing
  • Place of Performance:
    Los Alamitos , CA 90720
    USA
Description

INTRODUCTION



The United States Property and Fiscal Office for California (USPFO-CA) is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide the lease of a 48-foot x 60-foot modular office building for the California National Guard – Counterdrug Task Force (CDTF) at Joint Forces Training Base Los Alamitos, California.



The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



PROGRAM BACKGROUND



This is a non-personal service contract to provide the lease of a 48-foot x 60-foot modular office building and applicable maintenance to the Counterdrug Task Force (CDTF) in Los Alamitos, CA.



The contractor shall perform services including, but not limited to, modular office delivery and setup, electrical utility connection, preparation of modular office for occupation, and regular servicing of modular trailer holding tanks in the frequencies described within the Performance Work Statement and Technical Exhibits.



REQUIRED CAPABILITIES



The modular office will be located in Orange County, California, inside Joint Forces Training Base Los Alamitos, Los Alamitos, CA.



Basic modular office requirements: Three (3) double occupant offices, two (2) single occupant offices, two (2) single occupant restrooms, one (1) private conference room with space for a 10-person conference table, kitchenette area with sink and upper/lower cabinetry, open central "bullpen" area for cubicles/workspaces.



The modular office will initially rely on fresh and black water holding tanks. Critical to this project is the ability for your company to provide, or subcontract, connection to existing electrical utility. There is also a requirement for your company to provide, or sub-contract, the lease of 18 cubicle workstations, 10-person conference room table, 28 office chairs, and provide weekly wastewater holding tank servicing.



The contractor shall be able to supply all personnel, equipment, supplies, transportation, materials, supervision, and other items and/or services necessary to perform the tasks in the frequencies described within the Performance Work Statement and Technical Exhibits.



The Contractor shall adhere to Industry best practices and comply with local regulatory requirements.



ELIGIBILITY



The applicable NAICS code for this requirement is 321991 (Buildings, mobile, commercial use, manufacturing) with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is X1AA (Rental/Lease of Office Buildings).



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (no more than 10 pages long) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Roger Bond, in either Microsoft Word or Portable Document Format (PDF), via email roger.a.bond4.mil@army.mil no later than 12:00 p.m. Pacific Standard Time (PST) on 04 May 2024 and reference this Sources Sought number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.



If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2024 10:46 am PDTSources Sought (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 >