Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

23 -- Office trailer

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
453930 — Manufactured (Mobile) Home Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-93958
 
Response Due
7/18/2007
 
Archive Date
8/2/2007
 
Description
The USDA, Animal Plant Inspection Service (APHIS), Veterinary Services (VS), at US Highway 281 at Canadian Border, International Peace Garden, North Dakota, intends to procure one 24 foot by 40 foot office trailer for office space. The GSA will provide the slab site, footings, site prep, electrical and plumbing hookups. Price shall include one set of steps, one handicap accessible ramp, skirting, freight and set-up. A firm fixed price purchase order will be issued. Submit written or faxed quotation to Purchasing Section, at (612) 370-2136 Attention Joanne Mann. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses which are in effect through the current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions - Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt I, Buy American Act -Free Trade Agreements-Israeli Trade Act; Prohibition of segregated facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-33. All responsible sources may submit a quotation for consideration. **** SPECIAL NOTE: 52.212-3 MUST BE COMPLETED AND RETURNED WITH THE OFFERORS QUOTE, or registered electronically at http://orca.bpn.gov **** The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. Company Name ______________, Address _________, Contact Person ________, Phone number ____________DUNS # _______________, and Tax I.D. ___________. Responses are requested through email.: Joanne.Mann@aphis.usda.gov Phone calls will not be accepted. RESPONSES ARE DUE BY JULY 18, 2007 AT 10:00 A.M. CENTRAL DAYLIGHT TIME. SPECIFICATIONS: INTERIOR FINISH: vinyl covered gypsum walls; vinyl flooring throughout. ELECTRIC: Fluorescent lights; breaker panel; exterior lights shall be vandal resistant switched incandescent at each exit; exhaust fans in each restroom shall be sized per use or code requirement, switched with lighting in restrooms; exit lights led with battery backup; emergency lights per code; wired for computer jacks along exterior wall; wired for telephone jacks along exterior wall. Windows shall be horizontal slider type; low E, double pane; with security locks. EXTERIOR: Doors shall be 36 inches by 80 inches; 24 gauge steel; deadbolt locks. Exterior Finish/frame: .019 aluminum siding; I-Beam frame. Heating and air conditioning: All exterior doors shall be keyed the same Central HVAC as appropriate for a 24 foot by 40 foot trailer; trailer hitch shall be removed after delivery for storage under the trailer. PLUMBING: Water lines properly sized CPVC; shutoff valves chrome as each fixture; electric lowboy water heater sized per use; single bowl stainless steel sink with single lever faucet; standard toilet; handicap tank top toilet; ADA grab bars per code; 18 by 36 mirror in each restroom; toilet paper holder in each restroom; floor drain per code. FLOOR PLAN LAYOUT: Two 12 foot by 12 foot rooms on one end; the remaining space shall contain the two restrooms and a large office area. OFFER SHALL CONSIST OF: 1. COST OF A NEW TRAILER; 2. STEPS; 3. RAMP; 4. SKIRTING; 5. FREIGHT AND SETUP TOTAL COST $ ___________________. DELIVERY DATE: __________________. Offer shall include a proposed floor plan of the trailer. A used trailer may be considered, pending inspection and approval.
 
Place of Performance
Address: US Highway 281 at Canadian Border, International Peace Garden, Dunseith North Dakota
Zip Code: 58329
Country: UNITED STATES
 
Record
SN01336875-W 20070711/070709220201 (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.