Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

56 -- High performance aluminum storm windows, Gambrill House, Frederick, Maryland.

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Historic Preservation Training Center Gambrill House 4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
I2680070185
 
Archive Date
8/29/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number I2680070185 is issued as an Invitation for Bid (IFB) for all labor, materials necessary to measure and provide high performance aluminum storm windows manufactured by Sugarcreek Industries or equivalent for the Historic Preservation Training Center, Frederick, Maryland 21704. This requirement contains installation for a portion of the work for windows identified in Group Numbers 2, 3 and 4 (refer to Paragraph A in Section C, Description/Specifications), and purchase and delivery of windows in Group Number 1 (refer to Paragraph B in Section C, Description/Specifications) to Frederick, MD. The Contractor shall furnish and install various types of windows identified by different group numbers in the following quantities: Group Number 2, Second Floor Windows, Quantity 17 Triple-Track storm windows with half screens and horizontal stabilizer bar; 17 at $_______ per unit, total $__________; Second Floor Sidelight/Transom Group, Transom/sidelight storm windows set consisting of three rectangular fixed single-sash transom storm windows and two rectangular fixed single-sash sidelight storm windows, Quantity 1 at $______ per unit, total $__________; Group Number 3, Third Floor Windows, Quantity 13, Arched-Top storm windows with fixed top sash, interchangeable glass and screen panel lower sash, and horizontal stabilizer bar 13 at $_________ per unit, total $______; Group Number 4, Fourth Floor Tower Windows, Quantity 4, Arched-Top storm windows with fixed top sash, interchangeable glass and screen panel lower sash and horizontal stabilizer bar. Quantity 4 at $_______ per unit, total $______. The Contractor shall furnish and deliver various types of windows in the following quantities. First Floor Windows and First and Second Floor Transoms, Quantity 23, Triple-Track storm windows with half-screens and horizontal stabilizer bar. Quantity 23 at $______ per unit, total $______. Quantity 8, Fixed single-sash transom storm windows, Quantity 8 at $_______ per unit, total $_______. Each storm window provided shall be custom sized to fit and operate within each unique individual window opening in accordance with the Gambrill House Exterior Storm Window Survey and Gambrill House Exterior Transom Survey which lists each window with related approximate rough opening sizes. The Contractor is responsible for taking accurate field measurements and verifying opening sizes. Work shall be done in accordance with Section C, Description/Specifications consisting of 6 pages, and the following: Gambrill House Exterior Storm Window Survey Final, Gambrill House Exterior Transom Survey Final, Gambrill House Window Schedule - 1st Floor Final, Gambrill House Window Schedule - 2nd Floor Final, Gambrill House Window Schedule, 3rd - 4th Floor Final. The Government has removed existing storm windows from the building and has repaired, replaced or modified existing stops as needed, scraped and removed loose cault and paint, filled existing holes and imperfections and completed necessary painting. The electronic files of these documents have to be downloaded at: http://www.nps.gov/training/hptc/Administrative.htm. In order to provide a bid a review of the specification and drawings MUST be complete and verification provided in the bid response. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-12. The North American Industry Classification System (NAICS) is 332321. The Solicitation is a total Small Business Set-Aside Size Standard is 500 Employees. Work shall commence on or before September 24, 2007 and be completed not-later-than October 29, 2007. The following provisions and clauses are applicable to this acquisition and are available at http://acquisition.gov/far/index.html. FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Bids shall be submitted in an original and three copies by no later than 12:00 p.m. on September 17, 2007 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. At a minimum the response shall include the following: (1) Individual descriptions of materials with unit price and total prices for each identified material; (2) Confirmation that Section C and all other electronic attachments have been downloaded and reviewed; (3) Statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08; (4) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 are downloadable at: http://acquisition.gov/far/index.html. For the SF 1449 go to: GSA Forms Library, Standard Forms (SF), SF 1449 Solicitation/Contract/Order for Commercial items. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of bids. The Government anticipates award of a firm-fixed price contract on or before September 19, 2007. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2664169)
 
Place of Performance
Address: Frederick, MD
Zip Code: 21704
Country: United States
 
Record
SN01391119-W 20070901/070830222648 (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.