SOLICITATION NOTICE
54 -- Fabric Shelter Systems (Clam Shelters)
- Notice Date
- 9/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J-09-R-CLSH
- Response Due
- 9/28/2009
- Archive Date
- 11/27/2009
- Point of Contact
- shariyun.alberty, 210-221-3736
- E-Mail Address
-
Mission & Installation Contracting Center ? Fort Sam Houston
(shariyun.alberty@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Combined Synopsis/Solicitation number is W9124J-09-CLSH. This acquisition is set aside 100% for Small Business. The NAICS Code is 332311. (ii) The Mission and Installation Contracting Command Center Fort Sam Houston intends to award a Firm Fixed Price Purchase Order for 2ea. 32ft wide X 20ft long X18ft tall X 13ft side wall, Fabric shelter systems (Clam Shelters). Award will be made to the lowest priced vendor meeting the specifications of the requirement. All items shall be delivered and installed no later than 30 days after receipt of order. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into ORCA, https://orca.bpn.gov/, before quote is submitted. The Quote must include Solicitation Number, Business size, discount/payment terms, estimated delivery date after receipt of order and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code, address, and be Central Contractor Registration (CCR) registered, http://www.ccr.gov/Default.aspx. All offers are due on 28-September-2009 at 1:00 PM Central Time. All responsible sources may submit a quote. Submit questions via email to shariyun.alberty@us.army.mil no later than 25-September-2009, 1:00PM Central Time. (iii) Statement of Work: Provide 2ea. 32ft wide X 20ft long X18ft tall X 13ft side wall, fabric shelter systems (clam shelters) at Ft. Sam Houston, TX. These shelters will be turnkey installed by the contractor on customers existing concrete pad. All ancillary items such as lights, HVAC, electrical, and power generators are provided and installed by the contractor. Electrical connections and connections to the main power source will be performed by base electricians or others. Shelters have the following specifications: 18OZ. Cover, Tudor Beige or Translucent White, Flame Retardant PVC laminated Fabric with Polyester Scrim. Fabric must be flame retardant and UV resistant. Fabric will be made of 1ea continuous fabric panel that will cover the entire shelters length and width. Fabric will be tensioned at the four corners with a ratchet and cable system and will attach longitudinally with cover tensioning tubes attaching to the frame with an all-thread to frame connection. Warranty: 5 year warranty. Frame Members: 18inch Heavy Wall Galvanized Tubular Steel ladder truss. Tubing must be made of standard ASTM-A500, 1.90inch x.095 Flo-Coat galvanized tubular steel with 50,000 PSI yield/ 48,000 PSI tensile strength. Each truss will be built on 10ft centers to achieve to overall 20ft length. Each truss will consist of 1ea arch roof sections and 2ea columns with a straight side wall. Columns will terminate into a double base beam system with a slip fit and bolted junction connection to attach shelter to existing foundation with inch x 5 inch concrete lag bolts and nuts. All truss Connections will be made via a slip fit bolted junction with A-325 Structural Bolts and nuts. Truss will be supported with rows of lateral x-bracing that will connect at each truss with a welded tab predetermined by the contractor. Tubing will be of same standards as truss specifications. Additional side and roof cables will be used to further support trusses. Anchors are provided for a concrete foundation. All Weld Joints Coated With 97% Zinc Cold Gal For Corrosion Protection. Insulation Inner liner constructed of 18OZ. Translucent White Flame Retardant PVC laminated Fabric with Polyester Scrim. This fabric will create an air barrier which insulates the structure. The liners are constructed in 10ft sections and must have Velcro for sealing joints at each truss. Lights 400 Watt low bay metal halide light package. 110V single phase, 60 Hz. Contractor to provide all RELOC wiring, breaker panel, switches, breakers, and hangars. Customer makes connections to main power. Generators 2ea. 75kw #2 Diesel generators to power the AC units and lights. Electrical All electrical and wiring provided for the HVAC and lights. (iv) Contract Line Item Number (CLIN) Structure: CLIN 0001 QTY (2) Fabric Structure -32ft wide X 20ft long X18ft tall X 13ft side wall, fabric shelter systems (clam shelters). 18 OZ. PVC Laminated Vinyl Fabric. Fabric is Flame retardant, UV resistant, Rip-Stop, Full Cover terminates at ground level each side. Frame: 18 Heavy Wall Ladder Truss 10inch centers 55,000psi Galvanized Tubular Steel 13 Gauge Anchors. CLIN 0002 QTY (4) End Panels-Access end panel with a 14ft wide X 12ft high winch operated fabric door on the forward end. Solid fabric frame supported rear end panel. CLIN 0003 QTY (4) Man Doors-Aluminum man doors located on end of shelter. CLIN 0004 QTY (2) Insulation-Inner liner package made of 18oz PVC. R-7 insulation value. CLIN 0005 QTY (8) Lights-400 watt low bay metal halide lights with breakers, breaker panels, hangars, wiring, and switches. (2 sets of 4) CLIN 0006 QTY (2) HVAC Units OMP -10 TON Carrier military grade HVAC units. AC and heating. CLIN 0007 Electrical for HVAC OMP -All electrical and wiring for the HVAC units and lights. CLIN 0008 QTY (2) Generator OMP- 75KW #2 Diesel Generators to power the AC units and lights. CLIN 0009 Delivery and Installation (v) The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference-http://arnet.gov/far; DFAR 252.201-7000, Contracting Officers Representative; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payment Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the lowest priced vendor meeting the requirements set forth in this Combined Synopsis/Solicitation; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (vi) Quotes must be received by 28-September-2009 at 1:00 PM Central Time and reference solicitation number W9124J-09-CLSH. Quotes shall be E-Mailed to shariyun.alberty@us.army.mil and SRCC-W-RFP@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J-09-R-CLSH/listing.html)
- Place of Performance
- Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN01967895-W 20090925/090924001735-9081607caaac00518574d3b704bcddb6 (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 |