Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2007 FBO #2126
SOLICITATION NOTICE

38 -- Portable Conference Room

Notice Date
9/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SP3100-7095-3020
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Point of Contact
Nina Markel, Contract Specialist, Phone (717) 770-4015, Fax (717) 770-7591, - Roberta Witmer, Contract Specialist , Phone 717 770-7126, Fax 717 770-5689,
 
E-Mail Address
nina.markel@dla.mil, Roberta.Witmer@dla.mil
 
Description
The Defense Distribution Center has a requirement for construction of a portable conference room for the Mapping Support Office Korea. This is to be a portable office system 26.5 feet long, 13.75 feet wide and 9 feet high with drop ceiling with ceiling electrical and computer connections (monitor) for projector (provided separately), A front projection wall (minimum 41 X 56 inches, front projection screen) with four 48 inch by 24 inch cabinets under the screen, fully carpeted (gray carpet squares) and portable air conditioning/heating system including all required electrical connections (lights, receptacles, AC etc.). Room should have hard interior walls, standard outlets every four feet, and two interior doors, one exiting through an existing emergency exit door. WALL PANELS: Panels will be 1-3/4? to 1-9/16" thick with vinyl covered hardboard on both sides. Core material is expanded polystyrene, Panels are easily removable without disturbing adjacent panels, roof decking or acoustical ceiling, and are interchangeable with either door or window panels: WIRING: All posts act as a wiring chase and have snap-on cover plates to allow easy access for electrical, telephone wires, computer cables, etc. ELECTRICAL: Switch(es), duplex and air conditioner outlets will be provided in accordance with layout. Lighting fixtures will be 2' x 4' lay-in, troffer type, 160 watt with acrylic lens. A circuit breaker panel with breakers will be sized to meet the building's requirements. Wire, bulbs and runs for light fixtures in plenum above the ceiling are to be furnished. Low-voltage outlets for computers, telephones and intercoms will be provided. ROOF DECK: Roof deck will be painted corrugated steel, 1-1/2" to 3 inches deep and cut to length for installation. DOORS: Standard door will be fully insulated (R-14), painted black, with sweep and prehung in a painted 18 ga. steel frame. Door frame will have 1-1/2 pair of hinges with key-in-knob lockset. ACOUSTICAL CEILING: Ceiling will be acoustical grid type, including metal grid, hanger wire, and 2' x 4' white lay-in mineral fiber board ceiling tiles, 5/8"thick (UL Class 1). BASE: Floor track will be 24 ga. steel. Finish base molding will be vinyl, furnished in 12' lengths. Preformed outside corners will be included. GLASS: Glass will be tempered safety glass pre-mounted in aluminum window frames. Windows will be located 43-1/2 to 45" from the floor and will be 36 to 39? in height and be panel width. The door light will be 1/4" tempered safety glass. HVAC: Will be a wall mounted split ductless AC/Heat pump unit with a remote control to provide a minimum of 24K BTUs of cooling and 26000 BTUs of Heating. Furniture for the room (or equivalent) is as follows: One 102 inch by 36 inch cherry topped conference And 12 Chairs: The contractor is required to provide all necessary labor for installation, including electrical and HVAC systems. Warranty on all items except furniture is requested at a minimum of five years. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by September 25, 2007 of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/Reference-Number-SP3100-7095-3020/listing.html)
 
Place of Performance
Address: MSO-KOREA Bldg #620 Camp Carroll APO AP 9620 Waegwan, Korea KS
Country: KOREA, DEMOCRATIC PEOPLE'S REPUBLIC OF
 
Record
SN01412480-F 20070922/070921080450 (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.