Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2006 FBO #1658
SOLICITATION NOTICE

E -- Modular Vault System

Notice Date
6/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K Lee Boulevard, Building 401, Fort Eustis, VA, 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
Reference-Number-ABW80NTL61421000TEAB20015056
 
Response Due
6/16/2006
 
Description
This is a combined synopsis/solicitation for commercial items number ABW80NTL61421000TEAB20015056 issued on June 09, 2006 prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions ands clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20060519. The NAICS code is 332999 and the small business size standard is 500. The following commercial item is requested in this solicitation Modular Vault System with the following features attached below for this solicitation. Place of delivery for acceptance and FOB point will be Ft. Campbell, KY 42223-5000. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Offers shall be evaluated on a technically acceptable, low offer basis. The clause at 52.212-2, Evaluation Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov. The above provisions and clauses can be found at http://farsite.hill.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is DOA-1. There are no numbered notes applicable. This announcement will close and quotes are due by 12:00 PM (EST) June 16, 2006. Signed and dated offers, to include a complete listing of all items, must be submitted to US Special Operations Command, Technology Applications Contracting Office, Attn: Jacki Alford, Bldg 401 Lee Blvd, Ft. Eusits, VA 23604. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers may be submitted via mail or facsimile. POC: Jacki Alford at 757-878-5223 x259, fax 757-878-4199, or e-mail jalford@tapo.eustis.army.mil. MODULAR SPECIFICATIONS VAULT Specifications: Provide (1) modular vault system meeting the requirements of Federal Specification AA-V-2737, Modular Vault Systems, dated April 25, 1990, GSA Federal Supply Service approved for listing on the qualified product list ? QPL#3FNE-93-169 or QPL#3FNE-93-183. Vault system to be provided with the following: A) Approx. inside dimensions of: 24?-2? Wide x 25?-10? Deep x 8?-6? High B) Interior walls of 10?-10? Long x 8?-6? High and 24?-2? Long x 8?-6? High to create (3) interior rooms C) (3) 1? diameter access holes per room (in ceiling) D) (2) 4? x 6? access openings in ceiling for IT cables (lined with non-conductive material) E) (2) HVAC access openings per room (supply and return) F) (1) GSA Approved Class 5 security door G) (3) vault day doors with Cypher lock- STC 45 rating and sixteen gauge metal cladding over wood or composition materials, a minimum of 1? inches thick. The metal cladding shall be continuous and cover the entire front and back (two of the doors need to include X09 combination locks). H) HVAC (Submitted to MVS ? 20 people and 20 PC max HVAC load) 18,000 Btu Unit 2 each 24,000 Btu Unit 2 each I) Acoustical package to meet JAFAN 6/9 requirements: Plywood subfloor installed on GSA vault floor VCT floor finish Acoustical wall system Suspended ceiling ? acoustical J) Freight, installation of vault and doors K) Electrical Package (Lighting, receptacles, wiring and electrical panel for the vault) CLIN 0001 MODULAR VAULT SYSTEM $_________________ CLIN 0002 INSTALLATION $_________________ Excluded from total price: 1) Any alarm, electrical or mechanical work 2) Any interior finishes
 
Place of Performance
Address: Ft. Campbell, KY
Zip Code: 42223-5000
 
Record
SN01067176-W 20060611/060609221313 (fbodaily.com)
 
Source
FedBizOpps 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.