Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
MODIFICATION

54 -- Pre-Engineered/Prefabricated Building and Structures(Material Only)

Notice Date
5/10/2005
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999 Old N.C. Highway 75, Butner, NC, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQ-10611-0026-5
 
Response Due
5/13/2005
 
Archive Date
12/1/2005
 
Point of Contact
Pattie Williams, Contract Specialist, Phone 919-575-5000 x1128, Fax 919-575-5036, - Janet Hobgood, Lead Contract Specialist, Phone (919)575-5000, ext. 1390, Fax (919)575-5036,
 
E-Mail Address
pcwilliams@bop.gov, mhobgood@bop.gov
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION 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; quotations are being requested and a written solicitation will not be issued. This solicitation is being requested for quotation RFQ-10611-0026-5. The North American Industrial Classification Code System (NAICS) is 332311. The size standard is 500 employees. This is 100% Small Business Set Aside. The Government intends to make a single award for a firm fixed price order to a responsive/responsible quoter who submits the most advantageous offer to the Government based on price and price related factors. All responsible sources may submit a quote which shall be considered by the agency. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK The Federal Correctional Complex, Butner, North Carolina, is soliciting quotes for the purchase of the material to construct a 60' x 80' clear span metal building type structure with a standalone shed, 16' x 60', attached to one side of the building for the use of landscape equipment storage. The shed will be an extension of the roof line 16 feet on one side of the building; there will be no walls on the shed; the rear wall will be the sidewall that it abuts to. Shed will be used for the storage of sand, mulch, etc. This statement of work is established for the purchase of material for a pre-engineered building and associated drawings for the building and foundation design only. No labor is required. Building erection, site work, plumbing, electrical, communications, “rough and finish” work will be completed by the government. Supplier to provide a pre-engineered building to include structural framing with tapered depth beams, sidewall columns, sidewalls, (1) endwall, doors, roll-up door, wind posts for sidewall bracing, girts, purlins, roofing, roof bracing, gutters, down spouts, flashing, fasteners, sealants, and all other component parts required for a complete structure. Building size is 60' x 80'. Eave height is 14'. Shed size is 16' x 60'. The design loads are to be live load = 20 lbs. (snow), collateral is 3 psf, wind brace load of 90 mph, and wind exposure factor of “B”. Footings and building is located in seismic zone # 1. Roof slope is 1:12. Roof panels and gable ends are to be 26 gauge painted “R” panels, beige in color. Color of building to be selected by the government prior to the manufacturing of roof and sidewall panels. All gutters, down spouts, flashing, soffit, and fascia, will be a minimum of 26 gauge painted to match roofing. Insulation will be 3" (R-10) roof and wall insulation with WMP-50 facing. Wall system to be 26 gauge wall panel system, galvanized, painted, wall insulation to be 3" thick (R-10) with WMP-50 facing. Building will be supplied with two (2) 3' x 7' personnel doors, mortise to fit Corbin Russwin 2022, with LCN 1371 heavy duty closers. One (1) 16' x 12' non-insulated overhead rollup door, chain hoist. Two (2) 8' x 7' non-insulated overhead rollup door, chain hoist. Usual soil conditions are clay-sand to clay to rock, no geotechnical soil test available for the location of the pre-engineered building. Supplier will provide anchor bolts with templates. Supplier will provide complete drawings for erection of the building and foundation requirements and details which bear the seal of a professional engineer, registered in the state of North Carolina. Drawings to be provided with metric and standard architectural dimensions. All drawings will be in accordance with all federal, state, and local building codes and regulations. Drawings to be provided in media form in a Computer Aided Design (CAD) program compatible with AutoCAD release 2000 or greater. Supplier to provide building and foundation drawings for review and approval by the government prior to fabrication of the building and all its components. No permit drawings required. Include freight as a separate line item. CLAUSES AND PROVISIONS The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. The Following FAR Clauses and Provisions Apply to this Acquisition: 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.253-1, Computer Generated Forms SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationery directly to the contracting officer:1) The Request for Quotation Number - (RFQ 10611-0026-05) 2) Schedule of Items - Requested Items name and model numbers 3) Price Quote to include unit price, delivery fees, total price, and prompt payment terms. Offerors are to provide a copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote. This provision is available to the offeror online at http://orca.bpn.gov. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Offers are due no later than May 13, 2005 at 2:00 P.M. Eastern Time. Offers can be mailed to: Federal Correctional Complex, P.O. Box 999, Old NC HWY 75, Butner, NC 27509, Attn: Pattie Williams, Contract Specialist. Offers may also be faxed to (919)575-5036 or e-mailed to pcwilliams@bop.gov. If you have any questions regarding this soliciation, please contact Pattie Williams at (919)575-5000 x 1128 or Marie Hobgood at (919)575-5000 x1390. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/BPR/10502/RFQ-10611-0026-5/listing.html)
 
Place of Performance
Address: Federal Correctional Complex(LSCI) P.O. Box 999 Old NC HWY 75 Butner, NC
Zip Code: 27509
Country: USA
 
Record
SN00804300-F 20050512/050510212608 (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.