Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

54 -- Office Trailer

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-MT MONTANA STATE OFFICE* BUS. & FISCAL SVCS. BRANCH 5001 SOUTHGATE DR BILLINGS MT 59101
 
ZIP Code
59101
 
Solicitation Number
ESQ060064
 
Response Due
9/19/2006
 
Archive Date
9/5/2007
 
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 of the FAR, 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. This solicitation is issued as a Request for Quote (RFQ), Number ESQ060064. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This solicitation is set-aside for Small Business concerns, under North American Industry Classification System (NAICS) code 45390. The Small Business Annual Receipts for the firm and its affiliates, for the preceding three (3) fiscal years does not exceed $12 million. This combined snyposis/solicitation is for a manufactured mobile trailer for the BLM, Camp Crook Fire Station, located in Northwestern South Dakota. For a copy of the floor plan and site map, please contact Charlene Gunther, Purchasing Agent, Montana State Office, Billings, MT, at 406-896-5195.) The following Statement of Work and Specifications apply: STATEMENT OF WORK: PROJECT: Provide a manufactured mobile home to BLM Fire Station, 101 S.E. 1st Street, Camp Crook, South Dakota, 57724. 1.0 GENERAL INFORMATION 1.1 The work covered in this statement includes all plans, material, labor, transportation, equipment, supervision, and the performance of all operations to fulfill the contract requirements and applicable specifications. 1.2 See the specifications below for minimum requirements required by the Bureau of Land Management. 2.0 DESCRIPTION OF WORK 2.1 Provide and install manufactured trailer onto site provided by government. Contractor shall submit color chips of exterior for approval to the Contracting Officer Representative (COR) within 5 workdays after award. 2.2 Install manufactured building onto concrete block, level and anchor to on-site hard packed pad. Concrete blocks will be provided by the contractor. Anchoring method to be used must be submitted to the Contracting Officer Representative (COR) and approved prior to work. Tires shall be removed before leveling. The contractor is responsible for supplying and installing the insulated skirting. Skirting shall be the same color as siding. 2.3 Provide industry standard HVAC unit or units as necessary to maintain adequate heating and cooling temperature control within the facility. The HVAC system shall be controlled by one thermostat. 2.4 Floor shall be capable of handling high personnel traffic and heavy office equipment. Carpet shall be static free, suitable for high traffic areas. Carpet and vinyl floor covering color to be approved by the Contracting Officer Representative (COR). Color samples shall be submitted to the Contracting Officer Representative (COR) for approval within 5 working days after award. Submittal on cabinets within restroom and kitchen and color samples of countertops, hinges, knobs, roller styles and other appurtenances are required and must be submited to the Contracting Officer Representative ( COR) within one week after award. 2.5 Trailer shall be equipped with a fire alarm system that meets minimum requirements of local and federal code. 120 volt system with 9 volt battery backup. 2.6 Install aluminum or vinyl horizontal blinds on all interior windows. 3.0 SPECIAL INSTRUCTIONS 3.1 Installer shall remove all rubbish/debris off final location upon completion of the project and shall provide daily clean up of work area. 3.2 Installer shall work normal hours (0800-1630), Monday thru Friday, unless otherwise specified by the Contracting Officer. 3.3 The contractor will be responsible to comply with all applicable codes, regulations and previous contract requirements 3.4 Please contact Charlene Gunther, BLM Contracting Officer, Montana State Office, Billings, MT., 406-896-5195 for a copy of the drawing/layout and map of site. You may also e-mail your request to "cgunther@blm.gov." 4.0 MATERIAL SUBMITTALS 4.1 As built drawings for the mobile home shall be submitted to the Contracting Officer Representative for approval prior to final acceptance of the facility. SPECIFICATIONS: The following specifications are the minimum requirements for desired manufactured trailer. 1.0 GENERAL 1.1 Manufactured building shall be approximately 15'4" wide x 76'0" long single wide trailer. 1.2 Roof required to meet design loads required for Camp Crook, SD as required by the State of South Dakota. 1.3 8'0" foot ceiling height 1.4 Cathedral ceiling thru out. 1.5 2"x6" exterior wall construction with R-Value of 19 and R-30 in ceiling. 1.6 Entire Trailer shall meet ADAABAAG requirements. 2.0 Heating, Cooling and Ventilation 2.1 Gas furnace with black pipe & shut off 2.2 Furnace roof jack extension 2.3 Positive operating system 2.4 HVAC perimeter heat with improved registers 2.5 Central Air conditioning 3.0 Electrical (Must meet National Electrical Code) 3.1 200 amp service, all copper wiring, NEC approved. 3.2 Fluorescent ceiling lights with switch in bedrooms, kitchen, dining, living room, and utility rooms 3.3 Exhaust fans and standard lighting in bathroom 3.4 Porch light at front and rear doors 3.5 Smoke alarms, 120 volt AC with 9 volt DC backup 3.6 One (1) Phone jack each in: weight room, storage room, office area. One (1) data port is required by each phone jack. Data lines shall have CAT 6 connectivity. 3.7 GFI receptacles: GCI protect duplex grounding, 125V, 20 amps required near wet areas and exposed to weathr as required by NEC. 5 weather proof receptacles required on exterior. 4.0 Plumbing 4.1 Main water inlet shut off valve 4.2 30 gallon dual element electric water heater. 4.3 Deep stainless steel kitchen sink ADA compliant. 4.5 Water shut-off valves thru out 5.0 Doors 5.1 All doors, interior and exterior will have a minimum width of 36 inches 5.2 Three (3) hinges on interior doors 5.3 Full door stop moldings5 5.4 Deadbolt lock at exterior front and rear doors 5.5 Metal furnace door, fire rated. 6.0 Exterior 6.1 Georgia Pacific vinyl siding with sheathing painted to match existing site compound buildings: Siding Color: Adobe Cream Trim Color: Pebble (Substitutions will be accepted, but must match requested colors as closely as possible. Please identify color quoting on.) 6.2 Three tab shingled roof with 30 year life. Ice and dam protection required. 6.3 Energy seal windbreaker 6.4 5" Rain gutter system to downspout and splash block. 7.0 Decor 7.1 Textured ceiling 7.2 Venetian blinds thru-out 8.0 Appliances 8.1 Refrigerator, two(2) door, 16 cubic foot 8.2 30 inch gas range with electric ignition 8.3 Power vent range hood DRAWINGS OF THE REQUIRED LAYOUT AND A SITE MAP OF THE AREA ARE AVAILABLE BY CONTACTING CHARLENE GUNTHER (406-896-5195) OR E-MAILING "cgunther@blm.gov". The FOB Point is Destination. Please include delivery in your quote. Award will be made to the lowest responsive, responsible quoter that is most advantageous to the government. Requested Delivery date is on/about November 15, 2006, but no later than April 5, 2007, dependent upon weather. The provisions at 52.212-01, Insstructions to Offerors - Commercial Items is applicable. The provision at 52.212-02, Evaluation - Commercial Item is applicable, and the following shall be included in paragraph (a) of this provision. QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISIONS AT 52.212-03, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH IT'S OFFER. The clause at 52.212-04, Contract Terms and Conditions - Commercial Items, is applicable. The clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable, and the following FAR clauses cited in the clause are applicacble: 52.204-7 Central Contractor Registration; , 52.219-06, Noticie of Total Small Business Set-Aside; 52-222-3, Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equial Oppportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52-222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act - Supplies; 52.223-06, Drug Free Workplace; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34, F.O.B. Destination . THESE FAR CLAUSES CAN BE ACCESSED AT: "http://www.acquisition.gov/comp/far/index.html". It is the quoters responsibility to review all these clauses and submit the required information. Lack of required provisions may make the offeror ineligible for award. Prospective contractors must be registered in Central Contractor Registration (CCR) prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the internet at "http:/www.ccr.gov". Prospective vendors are also required to complete their annual Representations and Certifications (ORCA) electronically at "http://orca.bpn.gov". Assistance with registering in these two databases can be obtained by contacting the Montana Procurement Technical Assistance Center, Billings, MT, (406) 256-6871. OFFERS ARE DUE AT THE ABOVE OFFICE BY CLOSE OF BUSINESS ON SEPTEMBER 19, 2006. You may fax your quote to Charlene Gunther at Fax # 406-896-5020. Please include FAR Clause 52.212-03, Offeror Representations and Certifications , with your quote. Please contact Charlene Gunther at 406-896-5195 before faxing your quote, or if you need additional information.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1163341)
 
Place of Performance
Address: Camp Creek BLM FIre Station Located in Northwestern South Dakota
Zip Code: 57724
Country: USA
 
Record
SN01134165-W 20060907/060905220925 (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.