Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2006 FBO #1728
SOLICITATION NOTICE

Y -- MAZ

Notice Date
8/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
RAGINABARTON
 
Response Due
8/23/2006
 
Archive Date
9/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 are being requested and a written solicitation will not be issued. The solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular2005-08 and DFARs Change Notice (DCN) 20060321. This acquisition is a small business set-aside. NAICS is 332311 with a small business size standard of 500 employees. Solicitation is for commercial purchase of below. Specification for Mezzanine Structure, Bldg 1600, Room 519 8 August 06 1.0 Scope and Purpose This specification covers all requirements for the fabrication and installation of one each turnkey, complete, and usable 300 square foot pre-engineered mezzanine structure with modular offices. 1.1 Provide and install steel mezzanine structure with the following dimensions: 12 ft wide by 25 ft long and have a clear height of 10 ft. Structure must be capable of carrying 125 pounds per square foot load. Mezzanine shall have doors, windows, roof, suspended ceiling, lighting, power panels, and stairs. 1.1.1 Mezzanine structure shall be installed in existing building 1600, Edwards. AFB, CA. Exact location of mezzanine must be approved by 412th MXG facilities office prior to installation at 300 E. Yeager Blvd, Bldg 1600, Edwards AFB CA (661) 277-4977. 1.2 Design & Construction 1.2.1 Design and construction materials shall be in compliance with the Uniform Building Code, the Uniform Mechanical Code, Uniform Fire Code, NFPA, National Electric Code, the American Institute of Steel Construction, and Factory Mutual Laboratory. Contractor shall be responsible for conforming to all Federal and Cal OSHA Regulations. 1.2.2 Mezzanine shall be designed in accordance with UBC requirements for Seismic Zone 4 requirements and lateral loading. 1.2.3 Structural calculations shall be prepared by a State Licensed Structural Engineer and calculations shall be shown on all shop drawings, with engineers? stamp and signature. 1.3 Columns 1.3.1 Columns shall be 8 inches by 8 inches x .250 per ASRM SPEC A-500 Grade B or larger as required by structural analysis. 1.3.2 Columns shall have 12 inch square or larger base plates per ASTM SPEC A-36, predrilled for floor mounting. 1.4 Welding 1.4.1 All welding shall conform to the latest AWS Specifications and Chapter 27 of the Uniform Building Code (UBC). 1.4.2 Plate connectors for floor beams shall be welded or bolted to perimeter channels and interior girders. 1.5 Bolts 1.5.1 Bolts shall conform to ASTM SPEC A-325. 1.5.2 All holes for bolts shall be drilled or punched. 1.5.3 Flame cutting of holes is not permitted. 1.6 Resistance to Lateral Loads 1.6.1 Lateral loads shall be resisted by bolt/welded moment connections between the columns and floor framing. 1.6.2 Bolts at these connections shall be arranged in a circular pattern using eight each nuts and bolts to resist lateral sway. 1.7 Floor Framing 1.7.1 Perimeter members and joists shall be constructed of appropriate gauge steel to support 125 lbs per square foot load to conform to ASTM SPEC A-446 Grade C. 1.7.2 Mezzanine floor framing shall be 1 ? inches deep 20 gauge steel, wide rib meeting the requirements of ASTM A611 Grade C. and shall be screwed to perimeter members and joists. 1.7.3 Floor framing shall be covered with 1 inch plywood, tongue & groove, structural grade, C/D exterior glue, plugged, touch sanded, and screwed to the framing. 1.8 Stairs 1.8.1 Stairs shall conform to the requirements of Chapter 33 of the Uniform Building Code. Stairs shall be constructed using channel stringers, open steel treads, and risers. Provide one stairway in accordance with UBC, as shown on attachment. Exact location of stairs to be determined during submittal phase. 1.9 Modular Offices ? Upstairs 1.9.1 Wall panels shall be noncombustible 3 inch thick panel consisting of 2 inch noncombustible polystyrene core laminated on both sides with ? inch gypsum board and bonded to factory applied vinyl laminate. Wall studs shall be made of 16-gauge steel or aluminum with removable cover plates for easy wiring access on both sides. Studs shall permit the installation of electrical service vertically and accept standard electrical boxes. Walls to be 96 inches high. 1.10 Doors 1.10.1 Standard doors shall be 3?6? x 6? x 1 ?, insulated (R-12) 20-gauge steel with door sweep. Doors shall be pre-hung in an 18-gauge steel, weather-stripped door frame. Door shall be hung with butt hinges and shall have a stainless steel key-in knob lockset. 1.10.1 Doors shall have a 24 inch by 30 inch, dual-glazed, ? inch safety glass window on the top half of the door. 1.11 Windows 1.11.1 Windows shall be factory assembled dual glazed. Glass shall be safety glass and are to be openable. Windows shall be 3 ft wide by 4 ft high (3 each) and shall be 40 inches above finished floor. Window location to be determined during submittal phase. 1.12 Ceiling 1.12.1 Ceiling shall be suspended 2 feet by 4 feet white enamel T-bar grid and shall be insulated and have 2 feet by 4 feet recessed fluorescent lighting. Lay in ceiling tiles shall be 5/8 inch and be standard commercial grade (Armstrong Boldface Teqular or equal). 1.13 Roof Deck Roof deck is 20-gauge ribbed steel, 1 ? inches deep, painted, and cut to length. Closures shall be included for deck ends. 1.14 Base Track Track shall be roll formed steel channel that will be field attached to 3 inch by 4 inch by 3/16 inch aluminum angle. Angle provides a rigid frame to which the wiring studs are attached. Interior of track to be covered with a screw-on type black vinyl base. 1.15 Electrical Electrical shall include 2 ft x 4 ft, four tube, recessed fixtures with acrylic lens, 110 volt duplex receptacles, at a minimum of every 8 feet, light switches, and an interior 100 amp, 120/240 volt circuit breaker panel. Electrical hookups to be accomplished by contractor to existing building panels located within approximately 100 feet of mezzanine. Contractor shall be responsible for all power panels, disconnects, conduit, and wire. 1.16 HVAC Provide thru-wall 12,000 BTU heat pump. 1.17 Field Verification All dimensions are approximate and shall be field verified by the contractor prior to beginning work. 1.17.1 Contractor Responsibility ? The contractor shall be responsible for extending all required utilities from existing Bldg 1600 systems to new mezzanine. The contractor?s responsibility includes all connections at existing utilities, connections within the new mezzanine, and all work in between, including required conversions (voltage, pressure, etc.) to make the utilities compatible with the new mezzanines consumption. 1.18 Quality Assurance For installation of Mezzanine, use only personnel who are thoroughly trained and experienced in skills involved, and who are completely familiar with the manufacturer?s recommended methods of installation. Comply with industry, trade, federal standards, except when more restrictive tolerance or specified requirements indicate more rigid standards or more precise workmanship. 1.19 Welding: Arc Welding, Torch Welding, Cutting, and Brazing 1.19.1 Welding, cutting, or brazing other than in approved welding shops, will require permission from the Fire Department and the issuance of a welding permit for open flame work. 1.19.2 Only certified welders shall operate welding equipment. 1.19.3 All equipment shall be inspected daily for damage, loose connections, or unsafe conditions. Repair or replacement must be made if required. 1.20 Site Restrictions Building 1600 is located in the 412th MXG Complex at Edwards AFB, CA. Contact the 412th MXG Facilities office at 300 E. Yeager Blvd, (661 -277-4977), prior to starting 1.21 Sanitary Facilities Existing facility may be used. 1.22 Barriers and Barricades: 1.22.1 Contractor shall be solely responsible for furnishing, erecting, maintaining, and removing all protective barriers, signs, temporary lighting, etc., required for protection of persons and property. No open flame devices of any type shall be permitted. 1.22.2 The Contractor shall provide barriers as required to prevent public entry to installation areas and to protect existing facilities and adjacent properties from damage from installation operations. 1.23 Storage Area 1.23.1 All materials may be stored within building 1600 complex during construction but must be maintained by the Contractor at their expense. 1.24 Field Offices and Sheds 1.24.1 If deemed necessary, the Contractor may request approval to install a portable field office and storage sheds for tools, equipment, and material at their own expense. 1.24.2 The Contractor shall provide their own security to the field office and the storage shed. 1.24.3 The portable structures used by the contractor as field office and storage sheds shall comply with all the base fire and safety regulations. If violations of these regulations are identified, the Contractor shall, upon notification of violation, remove such portable structures from the base at their own expense. 1.24.4 Remove temporary materials, equipment, services, and temporary facilities prior to final payment. 1.24.5 Clean and repair damage caused by installation or use of temporary facilities. 1.26 Use of Premises During the contract performance period, the surrounding facilities will be occupied. 1.27 Government-Furnished Items Water and electricity will be furnished to the Contractor by the Government from the Government?s existing outlets. Utilities will be furnished at no cost to the Contactor All utility hook-ups and disconnects (electricity and water) shall be the responsibility of the contractor at their own expense. 1.28 Special Conditions Work shall be performed during the hours of 7:30 am to 4:30 pm, Monday through Fridays except for federal holidays. 1.29 Drawings 1.29.1 Submittals Contractor shall provide submittals to the contracting officer for approval, showing details of mezzanine structure, stairways, metal floor decking, wire partition fencing, HVAC, electrical, and roof & wall panels. 1.30 Smoking Prohibition 1.30.1 Smoking is not permitted inside Air Force facilities. The work area in which the installation is taking place is in a smoke-free area. The product descriptions provided above are meant to show the Government?s minimum requirements. Offerors can quote with equal items, but must submit convincing evidence of capability and compatibility of replacements. Offerors quoting equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. Required delivery is no later than 4 weeks upon receipt of order. Please include ?Delivery time? after receipt of purchase order and FOB Destination. Place of delivery, performance, and acceptance is FOB Destination to Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors must include a completed copy of the provision at 52.212-3 Use of On Line Representations and Certifications Application (ORCA). Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. If the offeror does not have a copy of these provision go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-compliant. Additionally all bidders must have a current registration with the Central Contractors Registration database @ http://www.ccr.gov to be eligible for contract award Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 0800 am PST on 23 Aug 2006 Any questions concerning this synopsis should be submitted to the Contract Negotiator, Andrea Haley, by email at, andrea.haley@edwards.af.mil For site visits to schedule or to speak with the technical POC contact Regina Jimenez 661-277-0728 The following provisions and clauses apply: 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alternate I 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract 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 this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Alternate I 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award. 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
 
Record
SN01119394-W 20060820/060818220945 (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.