Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2003 FBO #0554
SOLICITATION NOTICE

54 -- Frame-Supported Tension Fabric Structure

Notice Date
6/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T0752
 
Response Due
6/12/2003
 
Archive Date
7/12/2003
 
Point of Contact
ED BROWN 619-532-2574 ED BROWN, 619-532-2574
 
E-Mail Address
Email your questions to Contracting Officer
(glenn.e.brown@navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement consti tutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-0752 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and DFAR Change Notices DCN 20030430 Edition. The standard industrial code is 3448, NAICs #332311 And the business size standard is 500 employees The agency need is for a Clamshell Building approximately 64 feet wide, 180 feet long, 31 feet high at the peak, 18 feet high at the eave. The building should consist of 9 bays (each at a width of 12 1/2 feet), plus 2 Clamshell-ends, both operational as Clamshell-end doors (using electric winches). There shall be a minimum of two personnel doors with panic har dware. The frame shall consist of 6061-T6 aluminum (anodized) beams. Weathershell fabric should be PVC/Polyester, approximately 24 oz./yd2 , flame retardant; opaque color-tan outside/white inside. Interested parties should propose a Brand Name or Equal to product lines offered by Clamshell Buildings, 1990 Knoll Drive, Ventura, CA. The government currently owns buildings manufactured by this company and may experience significant cost savings by purchasing similar buildings where parts and materials can be interchanged. See Evaluation clause herein for additional detail and evaluation criteria. Contractors are invited to propose separately priced Accessories with their offer. An example of accessories is as follows: 1.) High wind kit; 2.) Standard electrical and lighting package to include a distribution panel; 3.) Relocation kit with anchors and ground spikes; 4.) Installation kit. Etc. This requirement is for a firm fixed priced contract . The contract will contain a CLIN for a base unit and separately priced CLINs for proposed Accessories (BASIC). The contract will also include Options for four (4) additional base units with Accessories. Delivery: The first (BASIC) CLIN will be shipped to Pearl Harbor Hawaii and shipping costs should be included in the contractor's base price. FOB will be Destination. Option CLINs may be priced FOB Origin and shipping costs will be negotiated at exercise of option. The following salient characteristics are CRITICAL / ESSENTIAL to the Government: Specification for Frame-Supported Tension Fabric Structure General ? The structure shall be a clear span, frame supported, tension fabric structure of modular design with a full-width, electric winch-operated Clamshell end door at each en d of the structure, and no internal posts or supports. ? The structure shall be a pre-engineered kit requiring no on-site fabrication or welding to install or relocate. This applies to both structural frame components and fabric. ? The structure shall be fully relocatable, allowing for disassembly and reuse of all components (except anchors) without additional fabrication or welding of structural components or fabric. Dimensions ? Because of the equipment ingress and egress requirements of the Naval Special Warfare Group THREE equipment, the structure shall have the following external dimensions (within 0.25 feet): Width: 64.0 feet Center height: 31.3 feet Length: 179.5 feet Eave height: 17.7 feet Frame Specs ? Frame shall consist of a series of identical arches, with connecting purlins and cables. ? The arches shall have rounded eaves and ridge. ? Frame components for the arches shall be an "I-beam" design made from extruded corrosion-resistant, lightweight 6061-T6 structural grade aluminum. ? The extrusion for the arches shall have integral inner and outer rope edge channels to accommodate exterior (weathershell) and interior (liner) tension fabric panels. ? The extrusion shall be designed to allow rapid attachment or relocation of lighting, rigging and other accessories without drilling or welding. ? Interchangeability/Modularity. Structural components shall be such that like components can be exchanged within or between like structures and the existing NAVSOC Expeditionary Support MK V Shelter purchased in 1997. ? Purlins and shear cables shall be located on the inside of the fabric weathershell. ? Arches shall be assembled on the ground and tilted up to position after attachment to base plates util izing a hinge-pin design. ? All structural fasteners shall be chrome stainless steel SAE 51420. Anchor bolts shall conform to ASTM A325 or ASTM A193, Grade B7. Tek screws and other non-structural attachments shall be of standard commercial quality and finish. ? Structure shall be capable of being equipped with an optional "high wind kit" for additional anchoring in extreme conditions, which shall not require welding or drilling into the frame. Anchoring Specs ? The structure shall be designed for installation on a concrete surface using Hilti-style anchors for concrete. The number, size and strength of the anchors shall be adequate for the wind and roof load requirements. One set of anchors for concrete shall be included. ? The structure shall also be capable of installation on an earth or asphalt surface using "Duckbill" type anchors. One set of earth/asphalt anchors shall be included. Fabric Specs ? Weathershell fabric shall be a flame resistant (as defined under NFPA 701) PVC material weighing at least 24 oz/yd2 and strong enough to meet the performance characteristics required of the structure. ? The exterior color of the fabric shall be tan, and the interior color shall be white. The fabric shall be opaque (black out). ? Fabric panels for the bays of the structure shall be designed so the installation and removal can be accomplished with all personnel on the ground. ? The fabric panels shall become integral with the frame during installation so that unexpected winds during installation cannot "sail" the fabric away from the frame. ? To allow for relocation of the structure after the initial installation, fabric welding or heat-sealing shall not be permitted during installation. ? Weathershell fabric panels a nd optional inner liner fabric panels shall be capable of being installed, replaced or removed individually with the structure erected and operational. Personnel Doors ? The structure shall include 2, considering it will not be occupied and clamshell ends will probably be open, single personnel doors equipped with emergency exit hardware. Clamshell Door System ? Each Clamshell end door shall be operated by a single electric winch connected to a wire rope rigging system mounted on the exterior of the frame of the structure. ? The winch drum diameter and rigging system shall be in accordance with ASME B30-7, Base Mounted Drum Hoists. ? All sheaves/pulleys in the rigging system shall include bearings. ? The rigging design shall maintain a wire rope safety factor of at least 5 to 1 throughout the system, including additional stress due to bending at the winch drum and sheaves. ? The rigging system shall be designed such that the wire rope does not rub against any brackets and rides smoothly on sheaves. The system shall have no reverse bending of wire rope or wire rope flattening on the winch drum. Electrical System ? The structure shall include an electrical system consisting of a distribution panel (capable of supporting lighting and outlets), ten (10) 1000W metal halide lights, five ( 5) 20A 125V duplex receptacles, winches to operate the Clamshell end doors, and flexible "SO" cable connecting the lights, duplex receptacles and winches to the distribution panel. The lights and receptacles are to be distributed throughout the structure. Accessories ? One installation kit, consisting of a power anchor driver (and related drive rods), a concrete anchor drill (and related bits), pulley blocks, winches, ladders, props, panel i nstallation gear and all other tools needed to erect or strike the structure. ? One relocation kit consisting of two (2) sets of anchors for earth/asphalt, two (2) sets of anchors for concrete and a fabric repair kit. Delivery ? Price quote must include delivery to PWC Pearl Harbor, HI for the BASE Unit; Options may be priced FOB Origin and shipping may be added at exercise of Option. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Busi ness Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements, 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is approximately equal to Factor (iii), PRICE. At the discretion of the Contracting Officer, the Government intends to evaluate propo sals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Does the product literature and proposal offer a building where parts and materials can be interchanged Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technicall y unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neut ral rating for this factor. Any Offeror's proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of p erformance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specif ied expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a compara ble commercial item, PRODUCT LITERATURE MUST BE INCLUDED. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 12 June 2003 . Offers will be accepted via fax (619-532-1088) or via e-mail (glenn.e.brown@navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. PAST PERFORMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-03-T-0752 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT TYPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming suppl ies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. NOTE: OFFEROR'S TO COMPLETE THE ABOVE FORM FOR THREE SEPARATE PRIOR CONTRACTS.
 
Web Link
NECO HOME PAGE
(http://WWW.NECO.NAVY.MIL)
 
Record
SN00339819-W 20030606/030604213717 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.