Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

54 -- Instrumentation Shelter

Notice Date
7/5/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3F1S17155A001_WATKINS
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
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) F3F1S17155A001is 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 2005-17 and through Department of Defense Acquisition Regulation Change Notice 200700531. 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: 500 employees. (v) CLIN (0001) 1 each Instrumentation Shelter to include all the following: SHELTER REQUIREMENTS: --Shelter size ? minimum size is 10 feet wide x 12 feet long x 9 feet high (interior). --Shelter Weight ? maximum weight is 17,000 lbs. --Shelter base and frame will be of material that provides lightweight, high strength. --Shelter exterior will be aggregate stone (or similar material) in tan (earth tone color). --Shelter will be constructed to ensure small animals and rodents cannot get into the shelter. --Shelter roof will be weather proof and be of quality to last at least 20 years. --Shelter will be able to sustain winds of up to 75 mph. --Shelter will be insulated with minimum installation of R-10 in walls and floor; R-19 in the ceiling. --Interior walls will have minimum 5/8 inch plywood with glass board interior type finish or comparable material. --Interior of shelter will be painted white in color. --Shelter floor will be vinyl tile or comparable type material. --Shelter door will be of steel type and a minimum size of 3? x 7?, with heavy duty hinges and lock. --Shelter will be on skid assembly with applied rust proofing material. --Vendor will provide a complete set of drawings of shelter when shelter is delivered. --Vendor will provide hold-down hardware to secure shelter to cement pad. -- Shelter will have 24 four inch waveguide entry ports consisting of two 3 x 4 four inch ports at two locations in the shelters; sealing caps will be included; government will provide location of ports on building to contractor prior to construction. ELECTRICAL REQUIREMENTS: --Load Center ? 200 AMP, 120/240VAC single phase, distribution panel, breakers, boxes, etc. --All electrical wiring will be in conduit and/or raceways --4 (2) tube, fluorescent light fixtures with switch or interior lighting system that would provide equivalent amount of lighting. --Minimum of (10) 110v duplex receptacles --One exterior light located at door --Master ground bar --12 ft of 12 inch ceiling mounted cable ladder located in center of shelter --2 ton HVAC system with thermostat (vi) Shelter and associated components are to be shipped pre-assembled. The Government must be able to off-load and move shelter using 15-ton crane. Government will install the shelter on 10 feet wide x 20 feet long cement pad. (vii) FOB-Destination for delivery to: Shelter will be shipped to Saylor Creek Range, located 10 miles southeast of Bruneau, ID on Hot Springs Road. The site is accessible by tractor trailer. The last 5 miles of the road is a well maintained gravel road. Delivery NLT 90 Days ACO. 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 is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; 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 52.222-36 Affirmative Action for Workers with Disabilities; 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 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@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. Please submit drawings of shelter along with quote. (xiv) Quotes must be emailed to mistelle.watkins@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 16:30 MST, 13 July 2007.
 
Place of Performance
Address: MOUNTAIN HOME AFB, IDAHO
Zip Code: 83648
Country: UNITED STATES
 
Record
SN01335142-W 20070707/070705220703 (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.