Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
SOLICITATION NOTICE

54 -- Guard Booth

Notice Date
8/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), FLETC Cheltenham Facility, 9000 Commo Road, Cheltenham, MD, 20623-5000
 
ZIP Code
20623-5000
 
Solicitation Number
HSFLQ041120
 
Response Due
8/13/2004
 
Archive Date
8/28/2004
 
Point of Contact
Katherine Finch, Contract Specialist, Phone 301-868-6544, Fax 301-877-8521, - Terry Gragg, Contract Specialist, Phone 301-599-1692, Fax 301-877-8521,
 
E-Mail Address
katherine.finch@dhs.gov, Terry.Gragg@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is for the purchase of a guard booth. This 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. Quotes are being requested and a written solicitation will not be issued. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 332311. The Simplified Acquisition procedures of FAR Part 13 are applicable to this procurement. This solicitation is to purchase a prefabricated steel guard booth to be designed in strict accordance to the latest editions of U.B.C., all electrical to be to N.E.C. and booth to have a U.L. Label. The booth is to be shipped in one piece, totally prefabricated, completely wired, painted and in accordance with these specifications and attached sketch (#SK-001). The booth is to be built to withstand 120 mph exposure C wind loads. Unit is to have base dimensions of approximately 6' x 12' x 11' nominal height and to have the following features. The booth is to be designed to meet or exceed U.L. 752 standards for Level 4 bullet resistance. U.L. Level 4 is designed to resist attack of .30 caliber rifle lead core soft point ammunition shot from a high power hunting and sorting rifle such as a 30-06 and the like. This protection will be in ALL areas of the booth, from finished floor height, up to finished ceiling height. DELIVERY: The booth is to be delivered FOB Destination on a flatbed truck to the Federal Law Enforcement Training Center, 9000 Commo Road, Cheltenham MD 20613 and will be off-loaded on-site by the Government onto a Government furnished concrete pad. Please provide estimated delivery date from receipt of order with your quote. FRAME: To be minimum A-500, 3" x 3" structural mechanical steel tubing, formed for accuracy and covered with U.L. Level 8 armor plate steel. WALL SYSTEM: To be a minimum of A-527, 16ga cold rolled galvanized steel panels for the interior walls and U.L. Level 8 armor plate steel exterior walls with the wall system insulated to R-19. ROOF: To be all steel construction, designed for exterior use, insulated to R-36 with a custom standing seam roof constructed of internal steel framing with 16ga siding, roof deck to be covered with exterior grade plywood, roofing paper then 24ga standing seam roofing material, roof to have an 18" overhang on all sides with an 8" tall fascia. The roof is to be designed to drain through a gutter system and to have removable lifting eyes for hoisting by crane. FLOOR: Unit to have A-569, R-10 insulated 11ga steel plate floor with heavy duty black 1/8" x 19" raised rubber tiles and base cove, mounted on a 3" steel tube frame with 1/4" steel anchor plates welded to floor frame with pre-drilled holes for anchoring of unit. Floor is to have all required cut outs for electrical stub-ups. DOORS: Unit to have two heavy duty commercial steel framed slide doors with half height glazing. Doors to be top hung by a minimum of eight hardened steel ball bearing rollers in a heavy duty steel track system, stainless steel lower door guide, mortise lock, heavy duty hardware and complete weather stripping. WINDOWS: Unit to have steel window frame system with welded corners. Unit to have fixed windows on all sides, all glazing will be clear U.L. Level 4 glass clad polycarbonate. ELECTRIC SYSTEM: To be all U.L. approved fixtures wired to N.E.C. standards with, four interior dual bulb fluorescent light fixtures recessed in an acoustic tile ceiling in a steel grid system and controlled by dimmer switch, six exterior 75 watt can lights recessed in the soffit and controlled by a single pole wall switch, three quadraplex outlet receptacles under the front shelf and one under the rear shelf, all wired to 125 amp, 120\240 volt, 20 pole, 3 wire single phase load center. The unit will also have three J-boxes with empty 3/4" conduit runs under each shelf to the stub area for Data & Communications. Unit to have two floor chases for data/communications. Unit to have one 12" x 12" x 4" telephone/data/security junction box mounted under the rear shelf. SHELVES: Unit to have one front and rear stainless steel shelf 24" deep mounted at 34" above finished floor, rated for 250 pounds and to have a #4 satin finish. AIR CONDITIONER: Unit to have a wall mounted HVAC with a minimum of 11,600 BTU cooling and heating at 230 volts, and to have a level 4 bullet resistant shroud. WEATHER PROOFING: All seams and joints are to be pressure bonderized, all openings to be fully weather stripped. Roof to have elastiomeric membrane by Pendex (or equal). Floor underside to be bituminous coated. FINISH: Unit to be electrostactically painted with rust inhibitive coating system, using a high build primer, and two part catalyst polyurethane finish coat. Overall system to have minimum 5 mil rating and to carry a minimum of 1500 hour salt spray test. Booth color is to be dark bronze and the roof 16oz copper roofing material. DRAWINGS: Company drawings of the booth are to be submitted with your quote. The following provisions in their latest editions apply to this solicitation: FAR 52.212.1, Instructions to Offerors-Commercial Items; 52.212.3, Offeror Representations and Certifications-Commercial Items; 52.212.4, Contract Terms and Conditions-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside, and 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items and the following additional clauses therein apply: 52.222.21; 52.222-26; 52.222-35; 52.222-37; 52.225-13; 52.232-33 and 52.252-2. To be considered for award, all potential contractors must be registered in the Central Contractor Registration. For contractor registration information, call 888-227-2423 toll-free; registration can be completed through the website: www.ccr.gov. Clauses and provisions may be accessed in full text at http://www.arnet.gov/far/. Quotes may be submitted in contractor format and shall include (1) Company name, address, telephone number, e-mail address and fax number, (2) Solicitation number (3) Price (including shipping), (4) Number of days required for delivery of the item after receipt of order, (5) Prompt payment terms, (6) Taxpayer Identification Number (TIN), Contractor DUNS number and Commercial and Government Entity (CAGE) Code, (7) A completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items, must be submitted with quote. All Offerors assume full responsibility for ensuring that quotes are delivered by close-of-business August 13, 2004. Offerors responding to this announcement shall submit their written quotes, drawings, and Representations and Certification to Katherine Finch, FLETC, 9000 Commo Road, Cheltenham MD 20613. Point of Contact is Ms. Finch, Telephone 301-868-6544. All questions regarding this combined synopsis/solicitation shall be provided in writing to katherine.finch@dhs.gov or by fax to 301-877-8521. Telephone inquiries will not be accepted.
 
Place of Performance
Address: Federal Law Enforcement Training Center (FLETC), 9000 Commo Road, Cheltenham MD,
Zip Code: 20623
Country: USA
 
Record
SN00635374-W 20040805/040803211539 (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.