Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
SOLICITATION NOTICE

54 -- High Security Mobile Office

Notice Date
5/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T70850024
 
Response Due
5/17/2007
 
Archive Date
7/16/2007
 
Small Business Set-Aside
N/A
 
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. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) F ac 2005-15, Effective 12 Feb 2007 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20070212. It is anticipated that payment will be made by Government Visa Credit Card. Pursuant FAR Part 19.502.2(a) it has been determined that it would be in the Governments best interest to dissolve the small business set-aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 Employees. All prospective bidders must be actively reg istered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html . The award will be made to the low priced, technically acceptable offeror. The quotation shall consist of one Contract Line Item Num ber (CLIN) 0001, Quantity: 1 Unit of Issue: Each, Description: High Security Mobile Office  Brand Name or Equal to Mobile Mini Inc., 4010 S. 36th Street, Phoenix, AZ 85040. Mobile Office model as specified below: SCOPE: These specifications set forth the Governments minimum requirements for High Security Mobile Office 12X60. The Secure Mobile Office will be used for Munitions and Weapons Division. CONFIGURATION: The Secure office shall be delivered and installed at Yuma Proving Grounds Yuma, AZ 85365 and shall meet or exceed all of the following specifications. SPECIFICATIONS: High Security Mobile Office Size: 12x60 ft Mobile office trailer Ceiling Height: 8 ft Restroom: Not required Interior finish: fiber panels, wooden floor with vinyl tile, 2EA private offices and a conference room. Heating and Cooling: Large Air Conditioning unit Windows/Doors: Interior Security bars, Mini Blinds, Two Steel Exterior Doors, Two Stairs, Hydraulic Door Closures, No. windows: 8 ea Exterior: Exterior Power Outlet, Removable Hitch, Exterior J box- Phone & Data Vandal Resistant Exterior Lights, Quality Construction Blocks, Anchors & tie-downs, Exterior security Screens Breaker panel: At least 250A service Please include Delivery and Installation. Mobile Office must be in compliance with Fire Code as follows; Interior finish spread requirements for trailers and relocatable structures. 1. Effective 6 March 2002, the interior wall and ceiling finish flame spread and interior floor finish requirements for trailers and relocatable structures is as follows: Walls and Ceilings Exits  Class A or B Access to exits  Class A or B Other Spaces  Class A, B, or C Floor Finish Exits  Class I or II Access to Exits  Class I or II Other Areas  No Requirement 2. Interior wall and ceiling finishes and floor finishes will be classified in accordance with NFPA 101, Life Safety Code. Life Safety Code classifications are as follows: Class A interior wall and ceiling finish  Flame Spread 0-25, Smoke Development 0-450. Class B interior wall and ceiling finish  Flame Spread 26-75, Smoke Development 0-450. Class C interior wall and ceiling finish  Flame Spread 76-200, Smoke Development 0-450. Class I interior floor finish  Critical Radiant Flux not less than .45 W/cm2 Class II interior floor finish  Critical Radiant Flux not less than .22 W/cm2, but less than .45 W/cm2 Delivery, acceptance and Fob po int is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Delivery and Installation will be required within 30 days after receipt of order (ARO). Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicab le freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W81R8T70850024 and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than then 17 May 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the Point of Contact listed below no later than the 15 May 2007 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Sep 2006). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2006) with Alter nate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If you are registered in the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted you are only required to submit a signed copy of section (k) of FAR Clause 52 .212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items ( Nov 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment b y Third Party (May 1999). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), specifically 252.225-7036 Buy American ActFree Trade A greementsBalance of Payments Program (Oct 2006) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy American Act---Free Trade Agreements---Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the Point of C ontact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01291813-W 20070512/070510221147 (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.