SOLICITATION NOTICE
54 -- Two (2) Modular Buildings to be purchased and installed at Key Field, Air National Guard Base, Meridian, MS at per specifications
- Notice Date
- 6/10/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- DAHA22-03-T-0024
- Response Due
- 6/20/2003
- Archive Date
- 8/19/2003
- Point of Contact
- Joe Smith, 601-313-1556
- E-Mail Address
-
Email your questions to USPFO for Mississippi
(joe.smith@ms.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote s are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Solicitation Notice: DAHA22-03-T-0024 SCOPE Furnish all labor, materials, supervision, methods and devices to provide and install two (2) new buildings of modular construction as described in specifications below at GCA radar site at Key Field Air National Guard Base, Meridian, Mississippi. Existing site electrical service is three phase. 1. MATERIALS AND WORKMANSHIP All work shall be accomplished by workmen trained and regularly engaged in type of work required, with work in compliance with applicable codes and regulations in force at the present time. Work shall be subject to the review and approval of the Contract ing Officer (CO) or the designated Contracting Officers Representative (COR), with substandard work to be removed and re-accomplished at the instruction of the CO and at no additional cost to the Government. 2. SPECIFICATIONS Floor construction shall be 2x8 joists at 16 inch on center with 5/8 inch T & G plywood decking and 1/8?????? vinyl composite block tile. Walls and partitions shall be 8 foot -0 inches height and shall be constructed with 2x4 inch studs at 16 inch on center with double top plate and ???? inch vinyl covered Gypsum interior wallboard with standard trim. Interior doors shall be 36 inch x 80 inch standard pre-finished hollow core. Roof trusses shall be at 24 inch on center. Sheathing shall be 7/16 inch OSB. Roof covering shall be 45 mil black EPDM rubber over Densdeck. Ceiling shall be ????inch pre-finished C-spray Gyp with Rosettes Splines. Ridge beams shall be 2 Layer 24??????, ? ??? inch plywood. Sidewall hurricane straps will be required. Roof vents shall be furnished as required. Roof load shall be 20 psf live load. Ceiling height shall be 8 foot-0 inches. Exterior doors shall be heavy-duty aluminum. HVAC units shall be wall mounted with standard ceiling supply ducts with 10x10 grilles. Size HVAC units as required. Exterior siding shall be .019 aluminum siding and trim. Windows shall be 24 inch x54 inch vertical sliding windows with bronze frames and bronze tinted glass. Floor shall be insulated to R-11, exterior walls shall be insulated to R-11, and roof shall be insulated to R-19 standards. All construction shall meet Southern Building Code current standards. All work shall be accomplished by workmen trained and regularly engaged in type of work required, with work in compliance with applicable codes and regulations in force at the present time. Work shall be subject to the review and approval of the Contracti ng Officer (CO) or the designated Contracting Officers Representative (COR), with substandard work to be removed and re-accomplished at the instruction of the CO and at no additional cost to the Government. 3. SUBMITTALS Within thirty (30) days of notice of award for the work herein, successful bidder shall submit for review and approval, three copies of floor plans and construction details for each modular building. Drawings shall indicate proposal types for all construct ion materials, doors and windows, heating and air conditioning units, light fixtures and receptacles and plumbing fixtures. Drawings shall also indicate wiring and plumbing diagrams. The Contracting Officer will retain two (2) copies of the submittal data and return one (1) copy of same to the Contractor. If the Contractor requires more than one (1) copy of the submittal data, then submittals should be made in such quantity that will allow the Contracting Officer to retain two (2) copies and return the nu mber of copies required to the Contractor to meet his needs. Submittals shall be accompanied by AF Form 3000. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the Internet: http//arnet.gov: FAR 52.212-1, Instructions To Offerors/Commerc ial items, FAR 52.212-4, Contract Terms and Conditions/Commercial Items, 52.232-33, Payment by electronic Funds Transfer/Central Contractor Registration is applicable. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications/Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required To Implement Statu tes Or Executive Orders/Commercial Items (Dev.). A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration, 252.225-7001, Buy American Act and Balance of Payments Program. The estimated magnitude of this project is between $50,000.00 to $100,000.00 with a completion period of 60 days. The North Ameri can Industry Classification System code is 321991 with a size standard of 500. Bid documents are available now. Receipt of the price quotes will be no later than June 20, 2003 04:30 P.M Central Standard time.- Point of contact is Billy R. Barnett, SMS, MS ANG, Base Contracting Officer. (601)484-9837 e-mail billy.barnett@msmeri.ang.af.mil or Donna R. Sanders, MSG, MS ANG (601)484-9836 e-mail donna.sanders@msmeri.ang.af.mil.
- Place of Performance
- Address: 186th ARW/LGC 6225 M Street Meridian MS
- Zip Code: 39307
- Country: US
- Zip Code: 39307
- Record
- SN00343828-W 20030612/030611065500 (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 |