Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2003 FBO #0667
MODIFICATION

78 -- Skate Park that is capable of being dissassembled and reassembled annually. To meet the needs of 34 youth at a time. This is a further clarification of the solicitation.

Notice Date
9/23/2003
 
Notice Type
Modification
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
DABQ03-03-T-0084
 
Response Due
9/28/2003
 
Archive Date
11/27/2003
 
Point of Contact
Michael Conner, 907-353-6019
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(michael.conner@wainwright.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and a written solicitation will not be issued. (ii) This Solicitation will be issued as a request for quotation (RFQ) under the following Solicitation Number: DABQ03-03-T-0084. (iii) This Solicitation and the provisions and clauses incor porated are those in effect through Federal Acquisition Circular (FAC) 2001-15. (iv) This RFQ contains the Statement of Work: The Contractor shall perform or provide the following items: 1. Design in accordance with the Statement of Work. 2. Components listed in the Statement of Work. 3. Shipping of Components to Ft. Wainwright, Alaska, 99703. 4. Installation and Training of Government Employees in the setup of the components. STATEMENT OF WORK This equipment will be placed upon a paved, enclosed area used as an ice skating rink during the winter months. The space available for set up is 190 feet by 80 feet with rounded corners. The equipment must be mobile. With reasonable effort, moderately skilled maintenance staff members must be able to disconnect, disassemble and move this equipment, using fork lift attachments, from the ice rink in fall, for winter storage. In the spring after melt, the equipment will need to be reassembled and function as designed with the same staff members. The layout of the equipment must be compatible for adjustment and alteration according to safety requirements, customer demand and maintenance requ irements for the equipment. This equipment should be able to support activities for up to 34 youth at a time. This equipment must be designed to be capable of enduring the extreme degree of wear and tear normal for skateboarding equipment. The youth using the equipment may weigh in excess of 200 pounds. SPECIFICATIONS These specifications should be closely adhered to, but variations in overall dimension may be acceptable. Variations should be noted and will be evaluated on a case by case basis. Materials specified should be a minimum for performance, strength and durability; contractor may utilize other materials but should provide comparison of properties, strength and weight to materials indicated in the Statement of Work. Materials should be as good as, or better than, materials indicated in the Statement of Work. Name Description Quantity Estimated Unit Cost Line Cost Spine 3 foot h x 8 foot w x 13 foot l; Two quarter pipes configured back to back, without a deck; a narrow ridge (spine) is created at the top, crested by thick steel coping; the parabolic transition will be durable 12-gauge or stronger steel panels suppor ted by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; co ping (transition between ramps) will be 2 3/8 inch steel piping, powder coated for a reduced friction surface; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to re duce acts of vandalism. 1 Bank 3 foot h x 4 foot w x 13 foot l Deck: 69 inch ; Flat inclined surface leading upward to a deck (4 foot x 5 foot minimum); the flat transition will be durable 12-gauge or stronger steel panels supported by a grid of 12-gauge factory welded ribs; fr ame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; coping (transition between ramp & deck) will be 2 3 /8 inch steel piping, powder coated for a reduced friction surface; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism; deck will be steel, coated with material to absorb heat, dampen sound and protect from wear and weathering; pan els surrounding the deck must be 3 feet high, a plastic type surface that is resistant to rot, warping, fading, de-lamination and vandalism, and easy to clean. 1 Launch ramp Quarter Pipe: 2 foot h x 4 foot w x 5 foot 3 inch l; parabolic surface leading upward to open air; steel cover guard curves over the ramp/air point; the parabolic transition will be durable 12-gauge or stronger steel panels supported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp. 1 Launch ramp Kicker Ramp - curved transition: 14 inch h x 4 foot w x 4 foot 3 inch l; curved surface leading upward to open air; steel cover guard curves over the ramp/air point; the parabolic transition will be durable 12-gauge or stronger steel panels sup ported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp. 1 Pyramid 22 foot w x 22 foot l Deck: 8 foot x 8 foot ; This 4 sided, 2 foot high obstacle will include flat ramps leading down from every side of a deck that is 8 foot x 8 foot , 2 foot high; Flat inclined surface leading upward to the deck (8 foot x 8 foot minimum); the flat transitions will be durable 12-gauge or stronger steel panels supported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vanda lism; deck will be steel, coated with material to absorb heat, dampen sound and protect from wear and weathering; 1 Bank to bank 3 foot h x 4 foot w x 18 foot l; Quarter pipe to Bank; parabolic surface leading upward to a platform (4 foot x 4 foot ) leading to an incline down to pavement; platform does not have railings; the parabolic transition will be durable 12-gau ge or stronger steel panels supported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism. 1 Bank to bank 3 foot h x 4 foot w x 18 foot 6 inch l; inclined surface leading upward to a platform (4 foot x 4 foot ) leading to an incline down to pavement; platform does not have railings; the inclined transitions will be durable 12-gauge or stronger st eel panels supported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from g round to ramp; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism. 1 Pump humps 33 inch h x 4 foot w x 28 foot l; upward, rounded 'humps,' a positive sine curve in series of two wave lengths; the curved transitions will be durable 12-gauage or stronger steel panels supported by a grid of 12-guage factory welded ribs; fram e will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; stainless steel support feet that can be screwed up/d own to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism; there are no railings associated with this obstacle. 1 Grind Box 18 inch h x 18 inch w x 16 foot l Ledge 2 inch Square Coping; a box designed to enable used to jump over, onto, ride or slide edge upon and return to ground level; constructed of durable 12-gauge or stronger steel panels supported by a grid of 1 2-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; coping (corners running the length of the box) will be 2 inch steel square piping, 16 foot l, powder coated for a reduced friction surface; stainless steel support feet that can be screwed up/down to level box; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism. 1 Mini half pipe 4 foot h x 12 foot w x 30 foot 6 inch l; Two quarter pipes configured face to face, with a flat bottom surface between and a deck on either side; the parabolic transition will be durable 12-gauge or stronger steel panels supported by a grid of 12-gauge factory welded ribs; frame will be not less than 1 inch square steel tubing, coated to reduce noise; riding surface will be fastener free; transition plate will be machined and coated for smooth transition from ground to ramp; coping (transiti on between deck and ramps) will be 2 3/8 inch steel piping, powder coated for a reduced friction surface; stainless steel support feet that can be screwed up/down to level ramps; stainless steel fasteners that are weather resistant and designed to reduce acts of vandalism; decks will be steel, coated with material to absorb heat, dampen sound and protect from wear and weathering; panels surrounding the each deck must be 3 feet high, a plastic type surface that is resistant to rot, warping, fading, delamina tion and vandalism, and easy to clean. 1 The successful contractor should supply equipment with the following profile: A riding surface that is fast, smooth and has grip without excessive resistance. Stainless steel fasteners that are weather resistant and designed to reduce damage from vandalism. EVALUATION FACTORS Price: Best Value. Quality: Product meets design specifications outlined above, is durable and clearly designed to handle hard use over time. Equipment is vandal resistant. Ability to meet performance period: Require delivery, installation and set up not later than May 15, 2004. Mobility: Equipment is designed to be mobile, can be moved using forklift; can be adjusted and leveled on paved surface. FULL SOLICITATION The full solicitation may be viewed at: http://www.usarak.army.mil/rco-ak/ 3. SHIPPING FOR ITEM 2, The components above shall be delivered to the Directorate of Community Activities, Youth Services, Bldg 4176, ATTN: John Shulski, Fort Wainwright, Alaska 99703, 907-353-5437. (vi) The listed items will be FOB to the above Destinat ion. The delivery date is 15 May 03. (viii) The provision at 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technicall y acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Comm ercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions, Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Repres entations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001); 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applic able to Defense Acquisitions of Commercial Items (May 2002) The following additional clause(s) cited in this clause are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-70 02 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Vet erans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor -Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 33 32). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) The full text of clauses and provisions can be accessed at the following web address: http://arnet.army.mil/FAR. All offers are due no l ater than 16:00 PM, Alaska Time, 28 Sept 03. (xvii) For further information contact Michael Conner via facsimile (907) 353-7302, or email: michael.conner@wainwright.army.mil
 
Place of Performance
Address: ACA, Fort Wainwright Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 35510 Fort Wainwright AK
Zip Code: 99703-0510
Country: US
 
Record
SN00440188-W 20030925/030923213236 (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.