SOLICITATION NOTICE
A -- EASI-SET PRECAST CONCRETE BUILDINGS.
- Notice Date
- 6/13/2008
- Notice Type
- Presolicitation
- NAICS
- 327390
— Other Concrete Product Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- V553228150A11
- Response Due
- 6/27/2008
- Archive Date
- 6/28/2008
- Point of Contact
- Adam Ball 757-443-1439 Charles Loss - 757-443-1343Scott Wilkins - 757-443-1326
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is V553228150A111. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-20 and DFARS Change Notice 2007-09-13. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 327390 and the Small Business Standard is 500 employees. This is a 100% Small Business Set-Aside. The Fleet and Industrial Supply Center (FISC) Norfolk, VA requests responses from qualified sources capable of providing a quantity of 5 pre-assembled portable modular units to be used as a mock village for training purposes with specifications as follows: Exterior: (2) 19- 4 x 39-4 x 10 High I.D. Precast Buildings.(1)19-4 x 19- 4 x 10 High I.D. Precast Buildings(2)9- 4 x 11 4 x 10 High I.D. Precast Buildings SUMMARY: Contractor to furnish a precast concrete transportable building. Building to be delivered and placed on owners prepared stone foundation in accordance with manufacturers recommendations. Buildings to be provided by manufacturer with all necessary openings as specified by contractor in conformance with manufacturers structural requirements. QUALITY ASSURANCE:ACI-318-93, Building Code Requirements for Reinforced Concrete. Concrete Reinforcing Institute, Manual of Standard Practice.ANSI/ASCE-7-93 Building Code Requirement for Minimum Design Loads in Buildings and Other Structures.1996 BOCAConcrete Reinforcing Institute, Manual of Standard PracticeUL-752 (test method level 4) for bullet resistance certified by an independent structural engineerFabricator must be a producer/member of The Precast/Prestressed Concrete Institute (PCI) and be certified in categories A1, B1, and C3Building fabricator must have a minimum of 5 years experience manufacturing and setting transportable precast concrete buildings. DESIGN REQUIREMENTS Design Loads:Seismic load performance category C. Exposure Group IIIStandard Live Roof Load 60 PSFStandard Floor Load 250 PSFStandard Wind Loading 130 MPH Roof: Roof panel shall slope from front to back in 10 foot direction. The roof shall extend a minimum of 2 beyond the wall panel on each side and have a turndown design which extends below the top edge of the wall panels to prevent water migration into the building along top of wall panels. Roof shall also have an integral architectural ribbed edge. Roof, floor, and wall panels must each be produced as single component monolithic panels. No roof, floor, or vertical wall joints will be allowed, except at corners. Wall panels shall be set on top of floor panel. Floor panel must have step-down around the entire perimeter to prevent water migration into the building along the bottom of wall panels. SUBMITTALS Engineering calculations that are designed and sealed by a professional engineer, licensed to practice in the state where the project is located, shall be submitted for approval. MATERIALS Concrete: Steel-reinforced, 5000 PSI minimum 28-day compressive strength, air-entrained (ASTM C260). Reinforcing Steel: ASTM A615, grade 60 unless otherwise specified. Post-tensioning Strand: 41K Polystrand CP50,.50, 270 KSI, 7-wire strand, enclosed within a greased plastic sheath, (ASTM A416). Roof and floor to be each post-tensioned by a single, continuous tendon. Said tendon shall form a substantially rectangular configuration having gently curving corners and a corner where the tendon members are anchored. If post-tensioning is not used in the roof panel, the following guidelines must be followed to ensure a watertight roof design. The entire precast concrete roof panel surface must be cleaned and primed with a material that prepares the concrete surface for proper adherence to the coating material. The entire precast concrete roof panel surface shall be sealed with a.045 EPDM continuous membrane cemented to the concrete with a compound designed for this purpose. Caulking: All joints between panels shall be caulked on the exterior and interior surface of the joints. Caulking shall be SIKAFLEX-1A elastic sealant or equal. Exterior caulk joint to be 3/8 x 3/8 square so that sides of joint are parallel for correct caulk adhesion. Back of joint to be taped with bond breaking tape to ensure adhesion of caulk to parallel sides of joint and not the back. Vents: Two screened aluminum vents to be cast in rear wall. Vents shall be SUNVENT #164FL or equal. Panel Connections: All panels shall be securely fastened together with thick steel brackets. Steel is to be of structural quality, hot-rolled carbon complying with ASTM A283, Grade C and hot dipped galvanized after fabrication. All fasteners to be diameter bolts complying with ASTM A307 for low-carbon steel bolts. Cast-in anchors used for panel connections to be Dayton-Superior #F-63, or equal. All inserts for corner connections must be secured directly to form before casting panels. No floating-in of connection inserts shall be allowed. ACCESSORIES Doors and Frames: Shall comply with Steel Door Institute Recommended Specifications for Standard Steel Doors and Frames (SDI-100) and as herein specified. The buildings shall be equipped with EASI-Set double 3-0 x 6-8and single 3-0 x 6- 8 doors with standard door hardware. Doors and frames shall be bonderized and painted one coat of rust inhibitive primer and one finish coat of enamel paint; color to be YORKTOWN BROWN.Door Hardware: Handle: Lindstrom stainless steel, 8-1/2 x 2 or equal.Hinges: PB-31/NRP/26D 4 x 4 (chrome-plated with non-removable hinge pins), 3 per door or equal.Lock Set: PDQ Industries KR116 32D (stainless steel finish) or equal.Surface Bolt, Upper: Cal-Royal 045901426D (satin chrome finish) or equal.Surface Bolt, Lower: Cal-Royal 045901426D (satin chrome finish) or equal.Astragal: A4441/68R or equal.Threshold: National Guard 897V60 raised interior, extruded aluminum threshold with neoprene seal or equal. Door Holder: Glynn-Johnson 904H US32D (stainless steel finish), overhead slide type surface mounted door holder or equal.Drip Cap: National Guard 15D72 or equal.Door Stop: Ives 445B26D (Inactive leaf only) or equal.FINISHESInterior of Building: Smooth steel form finish on all interior panel surfaces.Exterior of Building: Architectural precast broom finish: Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Delivery: 30 Days from Date of Order Address: Commanding Officer, EODTEU 2, 821 Blasters Cove, Fort Story, VA 23459 Attn: SKC Gresham. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including): 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402)52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3))52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14))52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2))52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C.3332). 52.232-36, Payment by Third Party (May 1999) 31 U.S.C. 3332). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207)252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582)252.225-7021, Trade Agreements (MAR 2007) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note)252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (MAR 2007) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note)252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320)252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227)252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631)252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). This announcement will close at 16:30 PM Norfolk, VA time on 27th June 2008. Contact Mr. Adam Ball who can be reached at telephone (757) 443-1439 or emailAdam.j.ball@navy.mil. Offers must be submitted electronically at the email adam.j.ball@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Award will be made to the lowest priced offer found to comply with the specifications contained herein. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3d1a221c8e5d959eb77631016d7d0910&tab=core&_cview=1)
- Record
- SN01593193-W 20080615/080613215935-eef1ef22a04fad00b5c044806f65b559 (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 |