Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

81 -- METAL STORAGE CONTAINERS

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-07-R-0004
 
Response Due
1/23/2007
 
Archive Date
3/24/2007
 
Small Business Set-Aside
N/A
 
Description
This acquisition is unrestricted. The North American Industry Classification System code applicable to this acquisition is 332420. The small business size standard is 500 employees. Requirement is for 41 each 40 foot metal storage containers and 14 each 20 foot metal storage containers for delivery and set-up at Fort Campbell, KY. Specifications are shown on the attached offer schedule. Contracting Officers Representative will be on site to direct placement of containers. Containers shall be deliver ed to Fort Campbell, KY. The Government contemplates award of a Firm Fixed Price order resulting from this solicitation. FAR Provision 52.211-9, Desired and Required Time of Delivery; 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; Paragraphs (b)(10), (d), (e) and (h) are deleted. FAR Provision 52.212-2, EvaluationCommercial Items, is applicable; Delivery and Price are the evaluation criteria in Paragraph A. Delivery is slightly more important than price. The Government intends to make a single award to the lowest responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the government considering delivery and price. The Government desires delivery to be made within 9 days after contract award (on or about 7 February). If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offerors proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Governmen ts required delivery schedule no later than 17 days after contract award (on or about 15 February). Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery peri od specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. Offerors will include a completed copy of the provision at FAR 52.212-3 ALT I, Offeror Re presentations and Certifications - Commercial Items, with their offers. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Stat utes or Executive Orders - Commercial Items, applies to this acquisition with the following clauses checked as applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Speci al 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 Veteran s; 52.222-19, Child Labor  Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. DFARS Clause 252.201-7000, Contracting Officers Representative; 252.212-7001, Contract Terms and Conditions to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Se a; 252.243-7002, Requests for Equitable Adjustment. Offeror will provide the DUNS Number, Cage Code and Federal Tax-ID number along with their offer. Successful offeror must be CCR Registered in accordance with DFARS Provision 252.204-7004. Offers are due no later than 4:00 P.M. 23 Jan 2007. All responsible concerns may submit an offer which will be considered by the agency. Submit offers to the Directorate of Contracting, ATTN: MAJ Craig Gardunia, 2172 13 ? Street, Fort Campbell, KY 42223-5358. Facsimile quotations will be accepted and may be sent to (270) 956-1947. C ontact MAJ Craig Gardunia, 270-956-1951, craig.gardunia@campbell.army.mil or Ms. Trudy Colbert, 270-798-7566, colbertt@campbell.army.mil for information regarding the solicitation. UNRESTRICTED. OFFER SCHEDULE UNIT OF UNIT TOTAL CLIN DESCRIPTION QUANTITY ISSUE PRICE PRICE 0001 40 Foot Metal Storage Container 41 Each ________ ________ 0002 20 Foot Metal Storage Container 14 Each ________ ________ 0003 Delivery and Set-Up 1 Job ________ ________ SPECIFICATIONS: Eight mobile villages shall be created on Fort Campbell, KY to add urbanization to training lanes on. Each site shall include a mixture of 40 and 20 shipping containers. Each container must have no holes or weak spots due to rust. The containers are not required to be serviceable for shipping, but must be serviceable for storage. The containers must be painted tan or brown and have a non skid wearing surface on the floor. Each one story 40 container shall have: - Two doors cut into the container to include the wood door frames and wooden lockable doors. Door dimensions shall be 68x3. - Five 3x3 windows shall be cut into the container with a wooden window frame, but no physical barrier (i.e. glass) in the frame. - Two moveable wood partitions that are half the width of the container, and floor to ceiling. The partitions need to be on a hinge system, so they can be moved to allow full access inside the container. When the partitions are dividing the container they need to be able to lock in place. Each 20 container shall have: -One door cut into the container to include the wood door frame and wooden lockable door. Door dimensions shall be 68x3. - Three 3x3 windows shall be cut into the container with a wooden window frame, but no physical barrier in the frame. - One moveable partition that is half the width of the container, and floor to ceiling. The partition needs to be on a hinge system, so it can be moved to allow full access inside the container. When the partition is dividing the container it needs to be a ble to lock in place. Each two story building shall consist of three 40 containers that have: - Three of the eight sites shall include a two story building. - Two 40 containers side by side with one 40 container directly on top of either of the two containers in contact with the ground. - The ground level 40 containers shall have an interior doorway that connects them and each container shall have one lockable, exterior wooden door with wooden door frame. Door dimensions shall be 68x3. - The container not on ground level requires a wooden internal stairway with wooden hand railing to allow access from one of the ground level containers, and a lockable wooden door with wood frame that allows access onto the roof of the 40 container on th e ground level. Door dimensions shall be 68x3. -All three containers shall have five 3x3 windows with wooden frames, without a physical barrier in the frame (i.e. glass). - The container not on ground level and the ground level container with roof access must be able to support 5 personnel with gear with an approximate total weight of 1250 lbs. The ground level container that has roof access shall have a nonskid wearable su rface and a 4 high metal rail around the perimeter of the roof with an intermediate metal rail at 2 connected vertically every 6. Containers shall be transported and set in place by contractor. All containers not on ground level (i.e. two story containers) shall be bolted on top of the container it sits on. Ground work will be performed by the government to in clude leveling the grade and laying gravel at the locations the containers will be placed. - Villages shall be laid out in the following array. - Village one shall have a total of nine containers. Six single story, single container 40 buildings. One two story, three container 40 building. - Village two shall have a total of six containers. Four single story, single container 40 buildings. Two single story, single container 20 buildings. - Village three shall have a total of nine containers. Four single story, single container 40 buildings. Two single story, single container 20 buildings. One two story, three container 40 building. - Village four shall have a total of seven containers. Six single story, single container 40 buildings. One single story, single container 20 buildings. - Village Five shall have a total of eight containers. Two single story, single container 40 buildings. Three single story, single container 20 buildings. One two story, three container 40 building. - Village Six shall have a total of five containers. Two single story, single container 40 buildings. Three single story, single container 20 buildings. - Village Seven shall have a total of five containers. Five single story, single container 40 buildings. - Village eight shall have a total of six containers. Three single story, single container 40 buildings. Three single story, single container 20 buildings.
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN01211140-W 20070114/070114190359 (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.