Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

E -- PORTABLE WEAPONS ARMORY

Notice Date
6/2/2008
 
Notice Type
Presolicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
4200238806
 
Response Due
6/6/2008
 
Archive Date
6/2/2009
 
Point of Contact
Jan C. Pirkle, Contract Specialist, Phone 321-867-3429, Fax 321-867-2042
 
E-Mail Address
Janice.Pirkle-1@ksc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC has a requirement for Portable Weapons Armory.NASA/KSC intends to purchase the items from ARMAG CorporationThe scope of work is as follows:Provide a portable armory to be used for daily operations at Kennedy Space Center (KSC). Unit to be located on an exterior concrete slab.Portable armory overall nominal dimensions to be 30l X 14w X10h (actual measurement308 X 14 X 108).The assembly and construction of the armory must be done by a manufacturers or aqualified dealers trained personnel, under Government contract and Specifications.Coordinate with the NASA designated representative during the design and construction ofthe facility to insure all requirements are being addressed. The location of doors, issue ports, and utilities must be coordinated with the design(not in contract) of a new facility to be adjacent to the portable armory. Provide layoutfor NASA approval.NASA representative will sign off armory as acceptable at manufactures location beforeshipping. Crane will be responsible for fixing any damage occurred during shipping.Upon receipt of the armory, the dealer must correct punch list items within apredetermined amount of time.Exterior metal surfaces will be required to withstand extreme weather conditions(hurricanes), salt water environment, harsh sun exposure and physical abuse in theFlorida coast line region. Paint will meet contract requirements with a minimum of allexposed surfaces coated with rust inhibitant properties, 1 coat primer and 2 coatsfinish. Provide color chart to contracting officer for finish color selection. Use heavy duty undercoating, with a minimum equivalence to vehicle undercoating, on thebottom of the armory (LINE-X or NASA approved equivalent).Provide the required amount of insulation within the wall cavities for an energyefficient facility. Long dimension will be exposed to southern exposure. Meet NationalCode, OSHA and Specifications that have been DOD tested and approved. Provide dehumidifier/heater/air conditioner to control high humidity levels in Florida.The Government intends to acquire a commercial item using FAR Part 12.Interested organizations may submit their capabilities and qualifications to Mike Felker/ OP-CS-A in writing no later than 4:30 p.m. local time on June 6, 2008 Suchcapabilities/qualifications will be evaluated solely for the purpose of determiningwhether or not to conduct this procurement on a competitive basis. A determination bythe Government not to compete this proposed effort on a full and open competition basis,based upon responses to this notice, is solely within the discretion of the government.Oral communications are acceptable in response to this notice.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a764e1e284611c64c5aef76b0bfcb5bf&tab=core&_cview=1)
 
Record
SN01585028-W 20080604/080602220552-a764e1e284611c64c5aef76b0bfcb5bf (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.