Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2006 FBO #1731
SOLICITATION NOTICE

54 -- Prefabricated shelter

Notice Date
8/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F3F1S16211A100
 
Response Due
8/24/2006
 
Archive Date
9/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F1S16211A100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and through Department of Defense Acquisition Regulation Change Notice 20060814. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 332311; Small Business Size Standard: 3448 (v) CLIN (0001) 1 each Prefabricated shelter. Shelter Size ? 10 ft wide x 12 ft length x 9 ft high. Please include delivery time with your quote. Shipping must be FOB destination. (vi) Shelter shall be delivered assembled with all components listed below to Saylor Creek Range, located 10 miles east of Bruneau, ID. Two lane roads permit travel of large trucks to the range. Shelter shall weigh less than 12000 lbs. Government will offload shelter at site and no installation is required by contractor. Shelter needs to be able to be unloaded by crane. Once shelter is delivered, contractor is not required to move it off the truck. Building foundation anchor bolts, hold-down clamps and foundation installation drawings must be provided to government after award is made. Government shall receive complete schematics of shelter within 5 days after award to be reviewed. Shelter will be on a metal skid assembly secured to the sub-floor. Skid assembly will be painted with rust preventive paint. Underside of floor should be covered with mesh rodent wire. The floor system shall be comprised of 1 layer of minimum ?? CDX plywood (exterior side) and 1 layer of ?? tongue and groove plywood (interior side) with 3?? of R-11 fiberglass batt insulation. The minimum R-Values in the floor, walls, and roof shall be R-11 in the walls & floor, R-19 in the roof. The minimum floor loading shall be 200 pounds per square foot for typical 12? wide shelter. The minimum roof loading shall be 100 pounds per square foot. The minimum wall wind load shall be 120 MPH. The minimum roof impact resistance shall be 220 pounds with no visible damage to either the exterior or interior of the roof or shelter. The interior surface of the shelter floor shall be covered with a commercial grade vinyl tile. The roof system shall be comprised of 1 layer of minimum ?? CDX plywood (exterior side) and 1 layer of 5/8? OSB with laminated glass board (interior side) with 5?? of R-19 fiberglass batt insulation. The exterior of the roof shall be covered with a commercial grade nylon reinforced rubber roofing material secured in place with commercial grade contact glue. All seams shall be heat welded. A galvanized metal roof edge shall cover the perimeter of the roof. The roof shall be sloped from the center to the sides to provide proper drainage. The interior walls and ceiling shall be a minimum of 5/8? OSB (oriented strand board) with .030 fiberglass reinforced plastic laminated to the interior side. The exterior walls of the shelter shall be of natural stone aggregate with a general color of Tan. The size of the door shall be 3 ?x 7? minimum clearance. The door shall be a commercial grade insulated steel door manufactured from a minimum of 24-gage steel. The doorframe shall be a commercial grade heavy-duty steel doorframe manufactured from a minimum of 16-gage steel. The door and frame shall be painted with high quality exterior grade paint, suitable for use on metal. The door hinges shall be heavy-duty stainless steel ball bearing hinges with non-removable pins capable of supporting the door over an extended time of frequent use. The door shall be equipped with a heavy-duty commercial grade deadbolt lock. The door and frame assembly shall be equipped with all necessary weather-stripping and seals necessary to make an air-tight assembly. At all points on the exterior of the shelter where two pieces of material come together, butt against each other, overlap each other, or are fastened one to the other, the seam shall be sealed with an industrial grade poly-urethane sealer during and after final assembly to insure water tight joints. A one-piece aggregate angle shall be installed over each corner joint. All electrical wiring shall be in conduit and raceways. All conduit, raceways, fittings, and hardware shall be galvanized steel or rustproof metal. Conduit shall have reamed ends secured to boxes or raceways with compression type connectors. Bends shall be made so that conduit will not be injured or the internal diameter of the conduit reduced. Conduit kinked, crushed, or damaged will be rejected. All conduit shall be anchored in place at least every four feet. All conduit shall be exposed and attached to the inside surface of the shelter. All wire shall be copper. All wire runs shall be continuous. The proposed shelter shall be equipped with the following electrical items: A. 200 amp, distribution panel with main breaker B. (4) - 2 tube, 4 foot fluorescent light fixtures with switch C. (1) ? Vandal proof exterior light fixture with switch D. (10) - 110v duplex receptacles, 1 exterior GFI receptacle E. (1) - 2 ton cool, 5 KW heat Bard wall mount conditioner with master control thermostat F. Waveguide ports ? (1) ? 4?, (6)-2?, (4) ? 1.5?, (8) -3/4? G. 12 ? of 12? cable ladder H. Halo Ground System w/Master Ground Bar I. Breakers to accommodate the above J. All wires, boxes, conduit, etc. to make a complete assembly (vii) FOB-Destination for delivery to: Saylor Creek Range off of Hot Springs Road, located 10 miles SE of Bruneau, ID 83604. Delivery NLT 90 days after drawings are review. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum are included. (x) The following provisions and clauses apply to this acquisition: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.?Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; WAWF Table; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: david.glowaacki@langley.af.mil** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes #1 (xvi) Quotes must be emailed to Melissa Safreed at Melissa.Safreed@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, August 25, 2006.
 
Place of Performance
Address: Saylor Creek Range, Off Hot Springs Rd., 10 miles SE of Bruneau, Id.
Zip Code: 83604
Country: UNITED STATES
 
Record
SN01120963-W 20060823/060821220633 (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.