Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

54 -- CLEAR SPAN STRUCTURES - OPERATION SANDCASTLE 2008

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
SANDCASTLE_02
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
SARAH MUNOZ, 760-380-7035
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(sarah.munozmarquez@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation number SANDCASTLE 200802 is issued as a Combined Solicitation/Synopsis. NTC, Acquisition Command request supplies for the following requirement. (SEE REQUIREMENT DE SCRIPTION). This requirement is totally set-aside to small business, NAICS: 332311. Only written (fax or email) quotes will be accepted. Quotes must be received no later than 13:00 (1:00 p.m.) PST, 25 February 2008. POINT OF CONTACT: Ms. Sarah Mun oz-Marquez, 760-380-7035, fax 760-380-3693, sarah.munozmarquez@us.army.mil. Alternate POC is Ms. Mildred Pryor, 760-380-4454, fax 760-380-3693, mildred.pryor@us.army.mil. REQUIREMENT DESCRIPTION: Lease and Maintenance Clear Span Structures (s ee below for full understanding of requirement): REQUIREMENT #1: CLEAR SPAN STRUCTURES FOR DINING FACILITY (DFAC) DESCRIPTION: The contractor shall deliver, setup and maintain two super series 20m x 35m structures with minimum eave heights of ten (10) feet. These structures shall be placed on two existing concrete pads located in the approximate middle of FOB Santa Fe. Each unit shall include two (2) entry/exit doors on the ends, a metal halide lighting package, a minimum of twenty (20) 11 0v electrical outlet drops and applicable safety equipment provided by the manufacturer. The structures shall be open bay with air conditioner units. The contractor shall securely anchor the structures to withstand 50-70 mph wind gusts of the Fort Irwin area. Air conditioning duct work shall have manufactured penetrations in the sidewalls. Sidewalls shall be properly anchored to the ground surface to provide a closed seam with the ground surface. Seams between the roof and sidewalls shall be sealed or properly overlapped to provide a relatively closed seam that prevents dust infiltration and is waterproof. The contractor shall provide tables and chairs for 1,200 soldiers at one time. The contractor shall provide all parts, equipment and maintenance ne cessary to assure proper and continuous, 24-hour functioning of the structures and air conditioners to include weekends and holidays. The contractor shall restore the ground surface to pre-installation conditions upon pick up of the structures at the comp letion of the contract. REQUIREMENT #2: CLEAR SPAN STRUCTURES FOR TROOP BILLETING W/AC DESCRIPTION: The contractor shall deliver, setup maintain twelve (12) individual super series 20m x 35m structures with minimum eave heights of ten (10) feet at FOB Santa Fe. The structures shall be placed in rows at locations determined by the Contracting Officers Representative (COR). The contractor shall contact the COR as early as possible, but NLT 2 weeks prior to delivery, to coordinate final layd own locations. The contractor shall grade the entire area for the structures prior to installation. The extent of grading shall be at least 15 beyond the outer perimeter of each cluster of structures. The contractor shall provide Plywood flooring that is a minimum of 4 inches above the ground surface with sufficient framing to support live loads with minimal deflection (maximum 1/4 inch per 4 foot) and minimizes dust infiltration from the ground surface for all tents provided for the entire interior gro und surface of each tent. Each unit shall include two (2) entry/exit doors on the ends, a metal halide lighting package, a minimum of twenty (20) 110v electrical outlet drops and applicable safety equipment provided by the manufacturer. The structures sh all be open bay with air conditioner units. The contractor shall securely anchor the structures to withstand typical wind gusts of the Fort Irwin area. Air co nditioning duct work shall have manufactured penetrations in the sidewalls. Sidewalls shall be properly anchored to the ground surface to provide a closed seam with the ground surface. Seams between the roof and sidewalls shall be sealed or properly over lapped to provide a relatively closed seam that prevents dust infiltration and is waterproof. The contractor shall provide all parts, equipment and maintenance necessary to assure proper and continuous, 24-hour functioning of the structures and air condit ioners to include weekends and holidays. The contractor shall restore the ground surface to pre-installation conditions upon pick up of the structures at the completion of the contract. *****REPAIR REQUIREMENTS: The Contractor shall have a designat ed point of contact available 24 hours a day, everyday, for duration of contract. The contractor shall respond to and initiate repairs for all customer repair requests within 4 hours of all requests made prior to 3:00 p.m. local time. The contractor shall respond to and initiate repairs for all customer repair requests NLT 7:00 a.m. the following morning for all requests made after 3:00 p.m. local time.***** EVALUATION FACTORS: The basis for award is on price and price related factors.<BR > SOLICITATION/CONTRACT CLAUSES The following provisions and clauses apply to this acquisition: 52.000-4000, Alternate Dispute Resolution; 52-212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation of Commercial items; 52.212-3 Offero r Representation and Certifications-Commercial Items; Offerors shall include a completed copy of the provision at 52.212-3; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or E xecutive orders  Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.219-6, 52.219-6, 52.219-27, 52.219-28, 52.222-3, 52.221-21, 52.222-26, 52.222-35, 52.222-.37, 52.222-39, 52.225-1, 52.232-30, 52.232-33; 52.217-8, Option to Extend S ervice; 52.204-7, Central Contractor Registration; 52.000-4032, Army Electronic Invoicing; 252-246-7000 Material Inspection and Receiving Report; 252.219-7003, Electronic Submission of Payment requests; 252.204-7004 Required Central Contract Registration, 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, In paragrapgh (a) of 252-21 2-7001, the following apply: 52.203-3, Gratuities, In paragrapgh (b) of 252-212-7001 the following apply: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests. This provision may be obtaine d at http://www.arnet.gov/far. LOCAL CLAUSES: 52.000-4000 ALTERNATE DISPUTES RESOLUTION In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subpara graph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. 52.000-4032 Army Electronic Invoicing Instructions (Feb 2 006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X ] Wide Area Workflow (WAWF) (see inst ructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic da ta interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electr onic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be d irected to the Defense Finance and Accounting Service (DFAS) ______________________ at _________________or faxed to ___________________. Please have your purchase order/contract number ready when calling about payments. You can easily access paym ent and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ X ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ X ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: __W9124B __ ADMIN BY DODAAC: __W9124B___ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ____W9124B______ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: mildred.pryor@us.army.mi and sarah.munozmarquez@us.army.mil INSP ECTOR: Government ACCEPTOR: __Government_ RECEIVING OFFICE POC: _Ms. Sarah Munoz-Marquez____ CONTRACT ADMINISTRATOR: _Ms. Sarah Munoz-Marquez_ CONTRACTING OFFICER: ____Ms. Marie G. Velez_____ ADDITIONAL CONTACT: _Ms. Mildred Pryor (Alternate POC)______________ For more information contact: _Ms. Sarah Munoz-Marquez________ COR The contracting officers representative (COR) will be appointed in writing at the time of contract award. PAYMENT & INV OICING All payments for this solicitation/contract will be made by DFAS. The contractor shall include the payment address in the proposal, if it is different from that shown for the offeror. INVOICING The contractor shall submit one (1) origi nal copy to the COR, one (1) copy to the designated DFAS, and one (1) copy to the NTC Acquisition Command, Fort Irwin, CA 92310, ATTN: Ms. Sarah Munoz-Marquez, Fax: 760-380-3693. All payment(s) for this solicitation/contract will be made by DFAS. F AR Clause 52.000-4032, Army Electronic Invoicing SOLICITATION CLOSING The closing date for this solicitation are as follow: 25 February 2008 at/by 1300 hours (1:00 p.m.) PST. INSTRUCTIONS Return offer not-later-than 25 February 2 008@ 1300 (1:00 PM) PST to the address shown below via fax, e-mail or mail to Ms. Sarah Munoz-Marquez. Contractors must be registered in the Central Cont ractor Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to register by completing an electronic on-line application at http://www.bpn.gov/ccr Provide your Duns and Bradstreet Number:____________________________________ Provide your CCR Cage Code:_____________________________________________ Provide your Federal Tax ID Number:_______________________________________ Provide your email address:________________ _______________________________ POC NTC Acquisition Command: Ms. Sarah Munoz Marquez NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-7035 Fax: 760-380-3693 Email: Sarah.MunozMarquez@us.army.mil <BR >Alternate POC Acquisition Command: Ms. Mildred Pryor NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-4454 Fax: 760-380-3693 Email: mildred.pryor@us.army.mil IMPORTANT DATES The contractor shall perfor m in accordance with the following dates: Mobilization Date: 1 April 2008- 30 April 2008 Actual Period of Performance Date: 1 May 2008  30 June 2008 Demobilization Date: 1 July 2008  31 July 2008 Contractor shall have equipmen t remove from FOB and work site area(s) prior to 1 August 2008.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01508043-W 20080215/080213224627 (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.