Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

54 -- Precast Storage Building

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FE252092660084
 
Point of Contact
Tricia Vassar, Phone: 3214949516
 
E-Mail Address
tricia.vassar@patrick.af.mil
(tricia.vassar@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Open Competition - Combined Synopsis/Solicitation - PR# FE252092660084 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37 and DFARs Change Notice (DCN) 20091123 NAICS is 327390 with a small business size standard of 500 employees. *This acquisition is full and open. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal. 45 CONS/LGCB, Patrick Air Force Base, FL, 32925 is seeking to purchase Brand Name or Equal commercial items manufactured and designed by Carr Concrete Corporation or equal, as follows: (2 EA) 11'-6" X 20'-6" X 8'-10"- concrete prefab storage building with fiberglass bouble entry door (6x7). Delivery, freight, and crane rental included by winning bidder. Shipping FOB Destination, Patrick AFB, FL (2 EA). Minimum Salient Characteristic: System Performance Specifications: (2 each) Precast Concrete 11'-6"x 20'-6" x 8'-10" STRUCTURAL CONTRUCTION DETAILS 1. Panel Type Contruction: The building is fabircated of six (6) solid, one piece concrete panels. Panels need to be bolted together and joints caulked inside and out to make the building weatherproof. 2. Wall Panels: The four (4) walls are 3" thick solid panels of concrete with primary structural reinforcement of steel bar and welded wire fabric. 3. Roof Panel: 4"thick concrete panel which extends 2" over the walls to act as a drip edge. The roof has primary reinforcement of steel bar and welded wire fabric as well as secondary reinforcement of plyproplylene fibers. In addition, the roof has post-tensioned throughout the use ofan interal tensioning cable for additional protection against cracking and checking. 4. Floor Panel: 6" thick concrete panel with primary structural reinforcement of steel bar and welded wire fabric and secondary reinforccement of polypropylene fibers. The floor post tensioned through the use of an internal tensioning cable for additional protection against cracking and checking. 5. Panel Connections: the panels bolted together with ¼" thick steel brackets and ½" coil thread bolds. The steel brackets are cold galvanized to reisist rusting. 6. Structural Loadings: the standeard roof loadind is 30 psf. The standard wind load is 120 mph. 7. Preassembly:Vendor will make arrangements for freight and crane uploading 8. Warranty of structural integrity: Vendor will have a warranty against defects in material or workmaship for a period of five (5) years on all concrete components. If found defective vendor will repair or repace any concrete component of the building. ARCHITECTURAL DETAILS 1. Dimensions: Outside dimensions are 8'-10" high, 11'-6"wide and 20'-6". Inside dimensions (without optional interiors) are 8'-0" high, 11'0" wide and 20'-0" long. 2. Doors, Frames, and Hardware: 6x7 fiberglass double entry door, no electric, gas, or water hook up. Building is portable 3. Vents: Passive ventaliation, two (2) 15-5/8" x 5- 1/8" fixed aluminum vents with insect screens. One vent place 6" from the floor and the other 6" from the ceiing. 4. Sealant: Compressible resilient sealant; internal non-exposed sealant. 5. Sealer: All exterior surfaces need to be treated with clear penetrating silane sealer to prevent water absorption and freeze-thaw damage. 6. Drawings: Vendor will furnish CAD drawings for approval.The customer must approve drawings before manufacturing will begin. Preferred Delivery: 60 Days After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925 The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities (Over 10K) 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the 45 Contracting Squadron, LGCB, 1201 Edward H. White II Street, Patrick AFB, FL 32925 (Attn: Tricia Vassar @ 321-494-9516), no later than Close of Business (COB) 18 Dec 2009 at 2 pm EST. Faxed transmissions of quotes are acceptable. Fax #: 321-494-2706 (please call and verify that I have received the fax) or e-mail tricia.vassar@patrick.af.mil Contracting Office Address: 1201 Edward H. White II Street Patrick AFB, FL 32925 United States Place of Performance: Patrick Air Force Base Patrick Air Force Base, FL 32925 United States Primary Point of Contact: Tricia Vassar 321-494-9516 tricia.vassar@patrick.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FE252092660084/listing.html)
 
Record
SN02026988-W 20091219/091217235501-79bfc607a11a5bb915cecbf8fbd673b0 (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.