SOLICITATION NOTICE
72 -- Booth
- Notice Date
- 5/15/2008
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron, 205 West D Ave., Suite 541, Eglin AFB, Florida, 32542-6862
- ZIP Code
- 32542-6862
- Solicitation Number
- booth
- Response Due
- 5/21/2008 2:00:00 PM
- Point of Contact
- Timothy E Estrada,, Phone: 850-882-0349
- E-Mail Address
-
timothy.estrada@eglin.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (not a presolicitation notice pursuant to FAR Part 5) to identify sources that can provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide a booth meeting the specifications listed below. This sources sought is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. Large and small businesses are encouraged to participate. Interested sources should submit responses by email to elisa.horrach@eglin.af.mil. Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, Fax Number, and Size of Business. In addition to the size of business, indicate all classes of business that fit your firm: i.e. Small Disadvantaged, Veteran-Owned, Woman-Owned, etc. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. Booth Specification • General o Buying one double booth with option to buy second o Double booth must detach in the middle for ease of transporting  Connection between two halves must connect with clamps or similar • air tight • Must not leak • insulated o Must be fully assembled and ready to use  Can be transported fully assembled or assembled on site  Bidder must provide all manpower and supplies if assembled on site o Climatic requirements  Materials used in construction must withstand (non-operating) -65F to +165F, 0-100% RH  Will be stored outside; must not leak from rain o Routinely forklift transportable without damage o White o At least 1 year warranty • layout o Interior dimensions approximately 17ft L x 10.5ft W x 8ft H (34x10.5x8ft when combined) • base o welded mill finish aluminum 10in channels o forklift transportable from all four sides  forklift slot dimensions 12in wide, 6in high, 52in apart center to center in the middle of each base side  top of forklift slot 2in x 12in channel for entire length and width of booth  channels will provide guide for forklift forks o Casters for ease of movement with small forklifts  Must NOT be pneumatic tires  Surface that touches floor must be rubber or polyurethane to prevent cracking of concrete  Manufacturer to determine appropriate size  Must be able to handle small bumps and divots without damage or preventing movement  Must withstand -65F to +165F, 0-100% RH • Framework o aluminum construction, welded at connecting points o joints/seams sealed to prevent moisture penetration • Insulation o Insulation should not absorb moisture  polyisocyanurate o Walls, ceiling, floors 6in aluminum clad insulating panels o Embossed aluminum at least.04in thick o Stucco pattern o White o "foamed in place" type panels • Doors o Heavy duty freezer type o Hinged o R value >/= 50 o Must easily open and close from -65F to 165F o Freezer safety latch type  Can be locked/pinned from outside, but can still open from inside when locked • Stairs o Removable o Lightweight aluminum o Can fit through door for storage • Windows o Bottom of window 36in above inside booth floor o Removable for repair or replacement without compromise to insulating quality of the wall o Shock mounted o Four windows in each individual (half) booth  Three on front wall, one on side o Quad-pane o "hermetically-sealed" o Aluminum framework o Approx 35in high X 46in wide o glass o sealed and purged with inert dry gas to prevent condensation o Ceiling  7ft 10in interior height minimum  Structural strength: 500lbs min anywhere on top of booth o Roof  White  Slight pitch to allow for rain water runoff • Min ½ on 12, max 3 on 12  warranty o Floors  Load bearing minimum 300lbs/sq ft  Commercially available raised floor  Under-floor heating to keep floor at 70-80 deg F at outside conditions of -65F • Electrical resistance heater strips, heater strips should be physically protected. ( NOTE : Existing booth has baseboard type heater mounted flat on base floor, but under raised floor) • Two floor tiles, at opposite ends of each booth half and out of high traffic area, should have 1 foot square ventilated openings to allow air circulation. One ventilated opening should have a fan installed on bottom side of tile to draw air in to under floor area. Air will exhaust out other vented floor tile back into booth. Floor fans will be on when heat strips are on. • Separate Thermostat on wall to set floor temp o Counter tops  Laminated  Located on two adjacent interior walls below windows  26in wide (+/- 2in)  30in above floor (+/- 1in)  Load bearing minimum 100lbs/sq ft  3in dia. holes in counter top spaced at 3ft intervals for cable feed through • Install plastic trim rings or similar to cover exposed wood  Easily removable with bolts/screws o Air Conditioner  One per half, two total  Equivalent to Cold Flow Horizontal A/C Mod #CF-018HSSL  18,000 BTU/hr minimum  208V, single phase, 60hz, 3 wire  Water-cooled condenser • Condenser inside AC cabinet  Solenoid valve to open/close water supply when AC is on/off on water out  High and low pressure compressor cut-out switches  AC mounted 2in below ceiling in aluminum rack • Outside male and female heavy duty brass 3/4in water hose connectors o Female on inlet side, male on outlet side • Outside water hose connections supported with exterior corrosion proof brackets • Mounted on rear corner of booth opposite removable wall • Easy to remove and install • Air should discharge towards front windows to allow for adequate air circulation  Condensate returns through the wall and drains outside booth  Drip pan under entire A/C unit with drain to outside  Provide condensate drain line overflow switch  24V control circuit o Heaters  Equivalent to: AG Series electrical heaters Mod #AGM10A  10KW (each half, two 10KW heaters total) o Instrumentation thimble  Two thimbles per half booth (four total)  6in X 6in  12in above floor  12in from corner /  Min slope 1in to outside (to prevent water flowing in)  No exposed insulation (lined with sealed insert)  Flap/door to cover unused portion of opening  When not in use, extra space in thimble will be filled with foam rubber or similar o Electrical  In compliance of National Electrical Code (NEC) or Underwriters Laboratories  Solid or stranded copper conductor  #12 AWG minimum o Main power supply plug - one for each half ( must match Meltric plugs on existing booths)  Connected to external surface, surface mounted, weatherproof male receptacle (MELTRIC)  Box - MB10112-X35  Angle - MA10-X35  Male Receptacle - DS 100A  37-91163-H2-LP-AL  208/120 VAC, 100 amp, three phase, 5 wire  Located in rear wall, • Receptacle vapor sealed with silicone sealer o Distribution Panel, one in each half, NOT below air conditioner  Surface mount (similar to Square D PN NQOD424M100 )  Main breaker  100 Amp, 3 Phase, 208/120 VAC, 5 wire  24 spaces minimum  Circuit Breakers • 20 Amp Minimum size • Evenly assigned to all phases • Identified on panel legend Wireways and outlets  Wire run in metal conduit  120VAC 2 gang duplex 20 amp receptacles at matching 3ft intervals, (Below 3in. dia. holes in counter top). 8 in. to bottom off finish floor, typical.  If no countertop is mounted on side walls, then a minimum of two 2 gang duplex 20 amp receptacles shall be installed on each side wall with the first outlet 18 in. from the instrumentation thimble. The remaining outlet will be evenly spaced after that.  No more than 4 duplex receptacles ( 2 - 2 gang outlets ) per 20 amp circuit  Two circuit plugmold strips (2 hots, 1 neutral, 1 ground) will be mounted in area between countertops and windows. They should run the entire length of countertop as much as standard manufactured lengths permit. Six inch spacing on outlets. Each two circuit plugmold strip will be hard wired and supplied by a separate two pole 20 amp breaker each.  Install plugmold strips above windows. They should run the entire length of booths as much as standard manufactured lengths permit. Six inch spacing on outlets. • Plugmolds above windows do not have to be two circuit. • Plugmolds above windows should have a local on/off switch.  Minimal clutter  4in aluminum cable tray below countertop • Mounted below counter top o Sealant applied to any attachment hardware that penetrates walls or ceiling • Signal distribution wireway opening at wall thimble o intercom, telephone, video, internet, instrumentation to pass through thimble into wireway • Allow for flush mounting of connectors on wire box • No interference with personnel seated at counter • For Climatic Lab use only • NOT for permanent booth wiring or conduit • Lighting o Four surface-mount ceiling fixtures, each half  Energy efficient electronic ballast  Two four foot 32W energy efficient tubes each. (F32T8)  Low profile diffusing lenses  Mounted in two rows spanning building length • Centered on lines two feet from interior front and rear wall • End distance between fixtures equal to distance between fixtures and walls  Battery backup for 1 fixture in each booth half o Two wall switches, each half  1 switch for front row next to windows, other switch for rear row  Approx 4ft from floor • Detailed drawings o Provide drawings for approval before construction o Provide final "as-built" drawings o Include materials used, method of construction o Provide operation/maintenance manuals for installed equipment (A/C, etc...) For questions concerning this acquisition, contact TSgt Timothy Estrada or Ms. Mary Gardner by email only, timothy.estrada@eglin.af.mil or mary.gardner@eglin.af.mil. This procurement is being conducted using FAR Part 13.5, Test Program for Certain Commercial Items. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-24, effective February 28, 2008. • FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; • 52.204-7, Central Contractor Registration; • 52.212-1, Instructions to Offerors - Commercial Items; • 52.212-2, Evaluation - Commercial Items. The following factors shall be used to evaluate offers: Technical Merit, Vendor's Past Performance, and Cost. Vendor shall provide with the proposal at least three (3) letters of reference from previous federal contracts for custom vacuum systems. Technical, past performance, and price are of equal importance. • 52.212-3, Offerors Representations and Certifications - Commercial Items (In accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • 52.212-4 Contract Terms and Conditions - Commercial Items; • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: o 52.233-3, Protest After Award; o 52.233-4, Applicable Law for Breach of Contract Claim; o 52.203-6 with Alternate I, Restrictions on Subcontractor Sales to the Government; o 52.219-6, Notice of Total Small Business Set-Aside; o 52.219-8, Utilization of Small Business Concerns; o 52.219-14, Limitations on Subcontracting; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation With Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.219-28, Post-Award Small Business Program Rerepresentation • 52.232-32, Performance-Based Payments; • 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, 205 West D Avenue, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision); • 52.247-34, F.O.B Destination; • 52.252-2, Clauses Incorporated By Reference, which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.204-7004, Alternate A; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; • DFARS 252.232-7003, Electronic submission of payment requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III; • 252.225-7002, Qualifying Country Sources as Subcontractors; • 252.246-7000, Material Inspection and Receiving Report; • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; • Local H-850, Wide Area Work Flow. Local H-850 reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing, past performance information, and product literature must be received NLT 2:00 pm, Central Time on 21 May 2008. Send all packages to 96 CONS/MSCBB, Attn: TSgt Timothy Estrada or Ms. Mary Gardner, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at timothy.estrada@eglin.af.mil or mary.gardner@eglin.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4a837821a6ead6e6c99683c70010179&tab=core&_cview=1)
- Place of Performance
- Address: 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862, Eglin AFB, Florida, 32542-6862, United States
- Zip Code: 32542-6862
- Zip Code: 32542-6862
- Record
- SN01574084-W 20080517/080515220658-a4a837821a6ead6e6c99683c70010179 (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 |