Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

E -- Furnish and Install greenhouse at Midewin National Tallgrass Prairie

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300 Acquisition Management, Milwaukee, WI, 53202
 
ZIP Code
53202
 
Solicitation Number
AGFS-ORB-05-Q-4002
 
Response Due
5/23/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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. Solicitation number AGFS-ORB-05-Q-4002 applies and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This requirement is being solicited on an unrestricted basis with full and open competition. The NAICS Code is 236220 Size Standard is $28.5 Million annual revenue; and this requirement is for a fixed priced contract. The Statement of Work reads: ITEM 0001. Provide and install polycarbonate-panel greenhouse south of the Horticulture Building, Supervisor?s Office at Midewin National Tallgrass Prairie. Include heaters, fans, vents, and controls and installation. Electrical and natural gas hookup not included. Greenhouse frame must be able to withstand normal northeastern Illinois climatic conditions; must have sufficient distance between purloins and rafters for support. Greenhouse will be installed on a pre-existing compacted gravel pad, oriented on a north-south long axis as directed by the Contracting Officers Representative (COR). The government will be responsible for making all necessary the electrical and gas connections to existing utility services. Quoted price shall include delivery and installation. Installation shall be completed no later than close of business on August 30th 2005. Greenhouse will be used for native plant propagation from middle January through May, and for operation of portable seed-drying equipment during late August through November (when ventilation alone will suffice). Shutdown anticipated between November and early January. BASE ITEM: 0001: 1 EACH - Greenhouse, 80' long, (N-S axis) by 30' wide (E-W axis), quonset-style, with or without gothic-arch peak. Vertical sidewalls: minimum 48?. Minimum wall height at eave: 4 feet. Frame Material: Frame shall be constructed using 14 gauge galvanized steel, square or round stock. NOTE: Square stock preferred. Preserved wood products shall not be used inside the structure. Covering: 2 layer polycarbonate panel (including endwalls and sidewalls) with a minimum thickness of 8mm. Panels shall have a UV-resistant coating on exterior surface and anti-drip (reduced condensate) coating on interior surface. Panels will be installed with appropriate surfaces on exterior and interior sides. Light transmission guaranteed by manufacturer for at minimum of 10 years. The structure will have two access doors, one on each endwall. North endwall door can be sliding door or swinging doors; when open, must meet or exceed minimum clearance of 78? wide, 84? high. South endwall door is a walk through, swinging door with dimensions of at least 30? wide x 84? high. Doors will be located so that they do not block or otherwise interfere with the operation of the fans or louvered intakes on the end walls. Structure design shall allow for inclusion of optional heaters and ventilating systems as outlined in the options section below. OPTION ITEMS: OPT 0001: - 1 EACH - Heating system: Heating system should include, as a minimum two (2) natural gas, horizontal unit heaters (forced air) with a maximum output of 150,000 Btu?s, heaters shall be installed at the north end of the greenhouse, a minimum of 84? above ground level. Installation shall include exhaust stack(s) through the polycarbonate panels; top of exhaust stack must be a minimum of 2 feet above the highest point on greenhouse structure for adequate venting. OPT 0002: - 4 EACH - Horizontal air flow electric fans capable of maintaining air movement of 3cfm, with ceiling mountings capable of rotating horizontally 360 degrees and vertically 180 degrees. OPT 0003: - 2 EACH - Slant end electric outflow fans (24? x 24?, 0.5 hp each). Fans shall be mounted on the south end wall for winter/spring cooling, with the bottom of the fan installed 3 feet above ground. Suitable safety screens shall be placed over fan blades. OPT 0004: - 2 EACH - Intake vents with louvers a minimum of 24 inches square (576 sqin) installed 3 feet above ground level on the north end wall (opposite the outflow fans). OPT 0005 - 1 EACH - Environmental control systems and thermostats, including four-step cooling control for cooling fans. PRICING: BASE ITEM 0001 - 1 EACH - GREENHOUSE - Provide and install 1 greenhouse: $____________________ OPTION ITEMS: OPT 0001 - HEATING SYSTEM - Provide and install 2 heaters: $____________________ OPT 0002 - 1 EACH - VENTILATION SYSTEM - HORIZONTAL FANS- Provide and install 4 horizontal air flow electric fans: $____________________ OPT 0003 - . VENTILATION SYSTEM - OUTFLOW FANS - Provide and install 2 outflow fans: $____________________ OPT 0004 - ENVIRONMENTAL CONTROLS - Provide and install environmental control systems and thermostats: $____________________ TOTAL PRICE BASE OPTIONS: $____________________ TOTAL PRICE OPTION ITEMS: $____________________ TOTAL PRICE ALL ITEMS: $____________________ Delivery location: Midewin National Tallgrass Prairie USDA Forest Service 30239 South State Route 53 Wilmington IL 60481 The anticipated award date is May 26, 2005; the government intends to award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, provides the best value considering facility quality and price. Refer questions to Mark Corse at (414) 297-1834 or mcorse@fs.fed.us. Submit quotes to arrive no later than 10:00 AM local time on May 23, 2005. NUMBERED NOTES: 1 The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required. FAR 52-212-1 Instructions to Offerors Commercial Items (Jan 2005) FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (March 2005). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. An electronic copy of this provision is available at http://www.arnet.gov/far/current/html/52_212_213.html. Contact Mark Corse to obtain a hard copy of this provision. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) and Addenda as follows: FAR 52.252-2 Clauses incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available Also, the full text of a clause may be accessed electronically at the following Internet address: http://www.arnet.gov/far/. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (April 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995) FAR 52.217-4 Evaluation of Options Exercised at time of award (June 1988) FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item. (March 1989) Contracting Officer may exercise any or all options at time of award or by written notice within 21 days following contract award. FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644 FAR 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.225-1, Buy American Act- Supplies (Jun 2003). FAR 52.225-13, Restriction on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
 
Place of Performance
Address: Midewin National Tallgrass Prairie, , USDA Forest Service, 30239 South State Route 53, Wilmington IL,
Zip Code: 60481
Country: US
 
Record
SN00806754-W 20050515/050513211817 (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.