Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOLICITATION NOTICE

54 -- DES GUARD STATIONS STEEL BUILDINGS

Notice Date
6/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG09T010DM
 
Response Due
6/18/2009
 
Archive Date
8/17/2009
 
Point of Contact
Dawn Montgomery, (915) 568-5881<br />
 
E-Mail Address
ACA, Fort Bliss
(dawn.montgomery@conus.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
DES GUARD SHELTERS/ PORTABLE BUILDINGS Date needed- 31 July 2009 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 and FAR FAC 2001-24. This announcement constitutes the only solicitation and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. This is a 100% HUBZone - Small Business Set Aside. The NAICS code 332311 applies to this solicitation and the size standard is 500 employees. The item descriptions are as follows: CLIN 001 PORTABLE BUILDING Dimensions: 8W x 86H x 20L. Material: Made of 14 Gauge Corten Steel Storage Containers. Self Supporting inch thick steel frame continuously welded for maximum strength. Insulation: 1 Styrofoam Interior Finish: 5/8 melamine paneling, Almond colored, Aluminum Trim Flooring: Marine Grade Birch Hardwood/Commercial Grade Vinyl Composition Tile covering the hardwood floor. 33 height x 80length Fixed Glass Windows, Non-opening with tint installed on all glass (3 each). Two windows must be positioned on both of the 8 wide wall sections (sides of guard shack). Other window will be located (centered) on the wall section which has the door installed. Mini-Blinds installed on the inside for all windows. Blinds needed should cover the glass when closed. Blinds construction can be plastic. 3W x 68 H Commercial Grade Personnel Door with door closer, 18-gauge steel insulated with keyed alike lockset & dead bolt lock. Both the interior and exterior door color should match the color of the guard shack exterior paint. Electrical package will include: (3 each) 42 fluorescent lamp-low profile fixtures, 1 porch light, 16 interior TYPE B outlets, 2 exterior GFCI outlets, 2 light switches - One light switch located adjacent the interior doorway and the other can be located anywhere else in the facility Load center and a safety disconnect switch. All wiring in conduit. Office units require 220v, 100amp single phase. All light fixtures will include light bulbs or other fluorescent bulbs. CLIN 0002 INSTALLED COUNTERTOP Counter top: Length is 15 and width will be 12. Desktop Length is 13 and width will be 24 -attached to the counter. This will be located 3 from the guard shack 20 in length back wall (to accommodate chairs) but not on wall where door and windows are located. Further, the desk/counter top construction will also be butted against one of the 8 wide side walls to accommodate personnel traversing around the counter/desktop. The countertop and desktop will be constructed as one complete unit. CLIN 0003 INSTALLED HVAC 1 ton Commercial Grade HVAC with 18,000 BTU cooling and electric heat controlled by a thermostat. Thermostat for the HVAC can be mounted on the unit or on the wall. HVAC will be mounted thru the wall. This is the only acceptable mounting position. CLIN 0004 PAINTED EXTERIOR Exterior: Painted Beige with industrial grade enamel paint. Please submit proposed paint color with quote. CLIN 0005 DELIVERY CHARGES Delivery and shipment of the shelters/containers and all required components are the responsibility of the contractor. The following clauses and provisions apply to this acquisition: Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Award will be made to the lowest offeror whose buildings meet the Governments minimum needs. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition, 52.212-3 Offeror Representations and Certifications Commercial Items. Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition to include the following FAR clauses: 52.219-3 Notice of HUBZone Small Business Set Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to include: 252.232-7003 Electronic Submission of Payment Requests, and 252.247.7023 w/ Alt III Transportation of Supplies by Sea. DFAR Clause: 252.211-7003 Item Identification and Valuation (AUG 2008) **The following must be furnished with the quotation: 1. Complete descriptive literature for the items proposed. The items must be equivalent to the specifications listed above. 2. Prompt payment terms. 3. Completed copy of provision at DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. Quotes shall be emailed to the attention of Dawn Montgomery at dawn.montgomery@conus.army.mil, no later than 12:00 PM MDT on 18 June 2009. POC for this solicitation is Dawn Montgomery, telephone 915-568-5881 or email at dawn.montgomery@us.army.mil. Deliver to: ACP Gate, Fort Bliss, Texas 79916. Exact location on Fort Bliss will be established at award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK05/W911SG09T010DM/listing.html)
 
Place of Performance
Address: DES, Fort Bliss ACP GATE Fort Bliss TX<br />
Zip Code: 79916-6812<br />
 
Record
SN01843614-W 20090614/090612235551-54bc5395e1a934d722be65fa8bda5055 (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.