Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2007 FBO #2078
SOLICITATION NOTICE

54 -- METAL PALLET RACK SYSTEM REPLACEMENT

Notice Date
8/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG42-07-Q-QNF424
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: 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. Solicitation Number: HSCG42-07-Q-QNF424 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-18. This procurement is 100 percent set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 337215, and the small business size standard is 500 employees. The government intends to award a Firm Fixed Price Order utilizing Simplified Acquisition Procedures (SAP). Inspection & Acceptance will be conducted at the destination. REQUEST ALL PRICING BE QUOTED AS FOB DESTINATION DELIVERY TO CAPE MAY, NEW JERSEY. The required delivery date is 90 days after notice of award or earlier. The U.S. Coast Guard Training Center (TRACEN) has a requirement for METAL PALLET RACK SYSTEM REPLACEMENT in GSK warehouse located in building #204 in Cape May, New Jersey. The basic requirements include but are not limited to the following: 1. The existing rack system shall be dismantled, removed, and properly disposed of away from CG property. 2. The new rack system shall be provided and properly installed. The replacement racking system shall match the current racking system in terms of racking height and width as well as placement in warehouse iaw guidance provided by TRACEN Project representatives. The Contractor shall be responsible for repairing any holes and or damage to walls, flooring, ceiling, warehouse and premises when removing current racking system and installing new racking system. Quotes shall include gauge of metal to be used as well as manufacturer. The shelving shall adhere to the New Jersey Fire Sprinkler Code. This code indicates that 50 percent of the deck surface must be open for water flow. In addition, the shelving shall meet International Fire Code Section 2308.2.2, Racks with solid shelving, Exceptions: Racks with mesh, grated, slatted or similar shelves having uniform openings not more than 6 inches (152mm) apart, comprising at least 50 percent of overall shelf area, and with approved flue spaces, are allowed to be treated as racks without solid shelves. Quote must indicate type of shelving to be used as well as either photo or drawing of said shelving. Each shelf must be able to support 4000 pounds and must be height adjustable. The following Selective Rack Specifications must be followed: 1. DESIGN REQUIREMENTS: 1.1. All Components are to be designed in accordance with the latest edition of the Rack Manufacturers Institute ?Specification for the Design, Testing, and Utilization of Industrial Steel Storage Racks?. 1.2. The rack provider must be a member in good standing of the RMI, and provide an ?RMark? seal with the project drawings. 1.3. Components are to be roll formed from high strength steel and designed in accordance with the LRFD provisions found in the current ?Cold Formed Steel Manual?. 1.4 All column and beam material is to be made from steel with minimum yield strength of 55,000 psi, and an ultimate strength of 70,000 psi. 2. UPRIGHTS: 2.1. Uprights are to be one-piece construction with MIG welded bracing and base plates. 2.2. Columns of uprights are to be closed tubular members with a full seam weld, scarfed smooth and located at the rear of the columns. Columns are to be continuously punched to accept beam adjustment on 2? centers. 2.3. Bracing in the uprights is to consist of (2)?X? braced diagonals attached to horizontals. Horizontals are to be square tubular members, and diagonals are to be round tubular members. ?K? or ?Z? style bracing, or the use of non-tubular members such as channels or angles is not permitted. 3. BEAMS: 3.1. Beams are to be roll formed tubular members with a formed step to accept various accessories. The seam of the tube is to be located on the bottom of the beam, and is to continuously welded and scarfed smooth. Overlapped welded seams are not acceptable. 3.2. The step ledge is to be approximately 1? wide x 1-5/8? deep, the beam width is to be 2-5/8?, and the depth will vary with capacity. 3.3. The face of the beams will be indented approximately 1/8? to allow the application of a label for bar codes or alphanumeric lettering. The vertical dimension of the indent will be approximately 1.5? less than the beam depth. 3.4. Connectors will be welded to each end of the beams for attaching to the columns. The attachment is to be non-bolted and require no tools for assembly or disassembly. The connector is to be designed to tighten against the column in three separate planes when loaded ? vertically, in the down aisle direction, and in the cross aisle direction. 3.4. The connectors will be provided with a separate locking mechanism (not part of the connector) to allow easy replacement if lost or damaged. 4. ACCESSORIES: 4.1. A full line of accessories is to be available for use with the beams including an option for a ?lock-in? pallet support that can be connected without the use of extra hardware. 4.2. Ties for attaching the uprights together or to a wall shall also be available. Shims and anchors are to be provided for the installation of the racks. The Contractor is responsible to comply with all applicable OSHA safety standards. PERMITTED WORKING HOURS: The Contractor will be permitted to perform work from 7:00 AM to 4:00 PM Mondays through Fridays, excluding Saturdays, Sundays and Federal Holidays, (and Fridays between the hours of 10:30 AM to 1:30 PM during graduation ceremonies). SITE VISIT: Offerers or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All companies interested in submitting a quote shall be required to travel to Training Center Cape May at their own expense, not to be reimbursed by the U.S. Government, to review the current warehouse to measure the location and ask questions prior to submitting a written quote. A one-time, scheduled site visit will be held on WEDNESDAY, 22 AUGUST 2007 at 10:00 . This is the ONLY date and time scheduled for Contractor?s to perform a site visit, no other arrangements will be made. All interested parties shall be present at the GSK Building #204 on the time and date stated. To ensure that the TRACEN Security are made aware of site visit participants, all parties interested in site-visit participation are instructed to send an e-mail message stating your Company?s name and representative?s name to the following e-mail addresses at a minimum of 2 days prior to the scheduled event: Rebecca.L.Mastrianni@uscg.mil AND Shirley.L.Green@uscg.mil WORKING CONDITIONS: Work on this contract shall be performed while the unit is in full operational status. BARRICADES: Any stored debris, equipment and all areas dangerous to foot or vehicular traffic shall be barricaded by the Contractor. At night and during other times of poor visibility, barricades shall be illuminated. All barricading, including night illumination shall be maintained by the Contractor. All barricades shall be constructed in accordance with ANSI D6-1. PEDESTRIAN TRAFFIC: The Contractor shall arrange his equipment and/or progression of work, so as not to interfere with the normal flow of pedestrian traffic. Where interference is unavoidable, the contractor shall provide a marked, safe and clean route around the obstruction. ELECTRICAL: The Contractor may utilize electrical power from the nearest electrical (receptacle) (substation), subject to availability. OSHA requirements will govern the use of such utility. All equipment used shall be supplied by the Contractor. The U.S. Coast Guard does not make any guarantee against any voltage variation or service interruption. WATER: Water will be made available at the nearest exterior hose bib. The contractor will be responsible for supplying all hose and adapters including a backflow preventer. SANITARY FACILITIES: The contractor shall be responsible for furnishing and maintaining temporary toilet facilities for their employees. EQUIPMENT: The contractor shall supply all equipment necessary to perform all work including but not limited to, (pumps), (cleaning materials), (ladders), etc. RECEIPT OF MATERIALS: Shipments of equipment, materials, and supplies shall be addressed to the Contractor not the Coast Guard. The contractor shall provide all equipment, materials and labor for off-loading. The Coast Guard will not accept shipments for the Contractor. OFFICE AND STORAGE SHED: The contractor shall provide his own office and storage shed or trailer. No equipment or material storage will be provided by the Coast Guard. POWER OUTAGE: Needed power outages shall be arranged only with prior approval from Contracting Officer, with duration and affected areas held to a minimum. SPECIAL WORKING CONDITIONS: Contractor?s personnel shall wear outer garments consisting of a least a tee shirt, long trouser, (down to the ankles), and shoes at all times while at the job site. They shall not communicate with recruits or the instructors. PREVENTIVE MAINTENANCE PROGRAM: The Contractor shall instruct Coast Guard personnel in the proper operation and maintenance of all completed systems. This shall include a demonstration of the systems, supply of technical manuals including a recommended preventative maintenance schedule, and a list of essential spare parts. FINAL INSPECTION: Final inspection will not be made until all work under the contract is completed. The contractor shall notify the Contracting Officer, in writing 48 hours prior to the date on which the project will be ready for final inspection. DUMPING AREA: All discarded material shall be removed from the Coast Guard property and disposed of at an approved site complying with Local, State, and Federal regulations. The contractor shall obtain local regulations from the Cape May County Municipal Utilities Authority (CMCMUA) at US Hwy 9, Cape May Court House. The phone number for CMCMUA is (609) 465-9026. No trash (Type 10) or construction debris (Type 13) shall contain more than 5% by volume of designated recycles. All dumpsters/containers shall be supplied by the Contractor. The Contractor shall provide appropriate signs or covers to prevent use by Coast Guard personnel (or local residents). Burning of any materials will not be permitted on Government property. No material shall be washed or swept out of equipment or vehicles (including concrete from chutes of trucks, loose debris, etc.) onto government property. Any material spilled from cleaning vehicle operations onto contractor furnished dumpsters/containers shall be immediately cleaned up by the contractor. RECYCLABLES: Recycling is mandatory law of the State of New Jersey. The contractor shall recycle or reuse all material designated as recyclable or prohibited from landfilling. Definitions for recyclables and landfill prohibited material can be obtained from the CMCMUA regulations. Certified weight tickets shall be supplied to the Contracting Officer within 15 days of the date of removal from the facility for all material recycled, reused, or landfill prohibited material. The Contracting Officer shall complete Coast Guard form CG-5598, Report of Abandonment/Destruction Personal Property for current metal racking system that is to be removed and replaced by the contractor. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written proposals along with the required completed clauses/provisions and information requested herein must be submitted and received at this office on or before 31 August 2007 at 2:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may also be submitted via e-mail to Shirley.L.Green@uscg.mil . Facsimile proposals will NOT be accepted. Please direct all questions regarding this solicitation to the following: SKC Rebecca Mastrianni via e-mail Rebecca.T.Mastrianni@uscg.mil SK1 Teri Kayati-Baines via e-mail Teri.G.Kayati@uscg.mil or at phone number (609) 898-6936. Magnitude of the procurement is BETWEEN $25,000.00 and $100,000.00. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. ********************************************************************** Quotes shall be submitted on company letterhead stationary and as a minimum, offers must provide the following items: **The solicitation number; **The time specified in the solicitation for receipt of offers; **Company Name; **Company Address, Points of Contact, Phone numbers and E-mail addresses; **?Remit to? address, if different than mailing address; **Nomenclature; **Part Number; **Unit Price ; **Extended Price ; **FOB Destination Pricing; MANDATORY **Any discount points for prompt payment; **Business Size standard and minority classification; **Commercial and Government Entity (CAGE) code; **DUNS number; **Tax ID number (TIN); **CCR registration status; ** A statement stating whether the contractor will or will not accept payment by government purchase card (Visa) after delivery, inspection, acceptance of materials by the government; **Terms of any express warranty; **A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); **A technical description of all the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; **Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries; **Acknowledgment of Solicitation Amendments; **Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. **Only new items may be utilized to meet this requirement. The Contractor will furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-15. The Certificate of Conformance shall be submitted in the format specified in the clause. See attached for additional provisions , clauses, and instructions to offerors applicable to this solicitation.
 
Place of Performance
Address: 1 Munro Avenue,, GSK Building #204,, Cape May, New Jersey
Zip Code: 08204
Country: UNITED STATES
 
Record
SN01361447-W 20070805/070803220707 (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.