Lease Breakroom and Modular Office Building
ID: FA857125Q0117Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the lease of two Temporary Modular Office Buildings and associated breakroom facilities at Robins Air Force Base in Georgia. This procurement is a sole-source follow-on requirement intended to provide continued workspace for personnel displaced from the C-5 and F-15 programs within the 402nd Maintenance Support Group. The contract will be awarded to Folsom Enterprises, which has been leasing and maintaining these facilities since 2020, and it includes an initial 12-month lease period with options for extensions up to five years. Interested parties can contact Jeffery Pruitt at jeffery.pruitt.1@us.af.mil or Marci W. Ross at marci.ross.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1, Contract Data Requirements List (CDRL), is a standardized form used by the Department of Defense to specify data deliverables for contracts, particularly within federal government RFPs. It details requirements for items such as status reports, technical manuals, and other data categories, ensuring contractors provide information in a consistent format. The form includes sections for contract line item, data item title, authority, requiring office, frequency of submission, and distribution. A key aspect highlighted is the mandatory Energy Management System (EMS) Awareness Training for all contractor personnel at Robins AFB, including subcontractors, with notification of completion required for tracking and compliance. Failure to provide this documentation may lead to contract termination. The document also provides instructions for both government personnel and contractors on how to complete the form, including guidance on pricing data items based on the effort required for their development and delivery.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It standardizes data item submissions by contractors. The form includes sections for contract details, data item specifications (e.g., title, authority, frequency, distribution), and remarks. Key information includes a requirement for all contractors working on Robins AFB to complete Air Force-provided initial Energy Management System (EnMS) Training, due to WR-ALC being ISO 500001 certified. The document also provides instructions for government personnel and contractors on completing the form, including definitions and pricing groups for data items (Group I-IV), which categorize data based on its essentiality and the effort required to conform to government requirements. Contact information for various government points of contact is also provided.
    The DD Form 1423-1 is a Contract Data Requirements List used in government contracting, specifically for the acquisition of a "Contractor's Safety Plan" for a "Lease Breakroom and Office" project. This form, approved by OMB, details data item requirements, submission frequencies, and distribution. Contractors must submit a draft safety plan within 10 working days of contract award to 402mxw.se.wf@us.af.mil. The government has five working days for review; if no changes are noted or no reply is received, the draft becomes final. A final plan is due 10 working days after government acceptance of the draft. The document also includes instructions for both government personnel and contractors on completing the form, along with definitions for pricing groups related to data item development.
    The DD Form 1423-1, Contract Data Requirements List, is a crucial document for government contracts, particularly for federal RFPs and grants. It outlines the data items a contractor must deliver, such as accident/incident reports for
    This document is a Request for Quotation (RFQ) for commercial products and services, specifically for leasing office and breakroom space, along with associated maintenance and services. The solicitation, FA857125Q0117, is issued as a sole-source award to Folsom, LLC, located in Tallahassee, FL. The contract includes an initial 12-month period for office and breakroom leases, followed by multiple option periods extending up to five years in total, covering lease extensions, maintenance, and removal services. Key clauses incorporated by reference and full text address various federal acquisition regulations, including those concerning telecommunications equipment prohibitions, health and safety on government installations, and compliance with labor standards and small business programs. The document outlines detailed payment instructions via Wide Area WorkFlow (WAWF) and specifies requirements for contractor reporting and adherence to ethical conduct and environmental regulations.
    This document is a Sole Source Justification for a follow-on contract to Folsom LLC for the lease and maintenance of modular breakroom and office spaces. The 402 AMXG Squadron initially acquired these temporary modular buildings in 2019 due to ongoing construction projects in Building 125, which necessitated relocating personnel. Folsom LLC constructed and currently owns these buildings, having leased and maintained them since 2020 under contract FA8571-20-C-0013. The justification argues that breaking the lease with Folsom LLC would cause significant delays (12-18 months) and substantial costs (upwards of $2 million) for engineering, building, and manpower, exacerbating existing office space shortages. Market research, including a Sources Sought notice and database queries, identified Folsom LLC as the only capable vendor because they own the buildings. Other interested vendors were deemed incapable as they could not provide the lease for facilities they did not own. The acquisition will be funded by Consolidated Sustainment Activity Group (CSAG-M) funds, and pricing will be negotiated for fairness and reasonableness. The requirement will cease once the current contract concludes, as the buildings will be removed by the contractor.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...