MODIFICATION
E -- The U.S. Army Engineer Research & Developpment Center (ERDC), Vicksburg, MS is posting a Combined Synopsis/Solicitation for Two 48-Foot Storage Containers
- Notice Date
- 2/18/2011
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF10130061
- Response Due
- 2/24/2011
- Archive Date
- 4/25/2011
- Point of Contact
- Robyn D. Wells, 601-634-5321
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(robyn.d.wells@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment is to provide the following questions and answers for information purposes only. All other requirements remain unchanged. Question 1: Can the heat/ac units, insulation, etc. be installed on site once the containers are delivered? Answer to Q1: The units should be installed before delivery and should match the specifications at the time of delivery. Authorization to perform work on site will not be given. Question 2: Does it matter what color the heat/ac units are? Answer to Q2: There is no requirement for the color of the units except that they be solid in color with no graffiti painted on the sides, etc. Question 3: Are there door or window requirements? Answer to Q3: There is no requirement for any additional doors other than the two standard doors on the back of the 48-foot rail car type storage containers. The dimensions of each of the two standard doors are 4' wide x 9'1" tall; the standard doors should have rubber gaskets around them forming a seal to keep out moisture. (see attached picture) The doors should be in good working order and be lockable. The window requirement for the heat/ac window unit is that it should be installed on the opposite end of the container from the doors. As stated above, the following requirements remain unchanged: 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 the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 238990 and the Small Business size standard is $14.0 Million. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) Contracting Office, has a requirement for two 48-foot storage containers. Minimum Requirements for Two 48-Foot Storage Containers: The containers may be new or used 48' rail-type storage containers in good condition. The dimensions of each container should be 8'-4" wide x 9'-6" tall x 48' long. Each container should have a roof that does not leak with application of elastomeric roof sealant. The roof, walls and floor of each container should be weatherproof/waterproof. Insulation is needed in each ceiling, R3 or better (such as Dow Duramate Plus brand Styrofoam R3 sheathing insulation in 4x8 sheets, with 15-yr limited thermal warranty or equivalent). The flooring should be solid. For each container, there should be no visible rust or rusted thru spots on the metal areas and no rotten spots on the wooden areas. A window-type air conditioning unit for heating and cooling is required. The minimum heating/cooling specs are as follows: 16,000 / 13,000 BTU Heating or higher; 18,500 / 16,200 BTU Cooling or higher; Electrical: 220 V, 60 Hz; Cool area: 1170 sq ft or more; Energy efficiency ratio: 9.7 or better (such as the Frigidaire "FRA18EMT2" 18,500 BTU model or equivalent). Vendor must be insured and will be responsible for safely transporting the containers to ERDC and off-loading the containers onto the locations specified by the ERDC representative without causing injury to individuals or damaging property, including both government and privately owned. The location is tight, with limited margin for error. The quoted price should include delivery and set-up, to include on-site leveling so the containers' doors will open and close smoothly and easily. FOB is Destination. Delivery address is 3909 Halls Ferry Road, Vicksburg, Mississippi 39180. See attached PDF photograph. All interested Vendors must be registered in the Central Contractor Registration. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certification Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-25 Affirmative Action Compliance; 252.225-7000 Buy American Act Balance of Payments Program Certificate; and 252.212-7000 Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition and are hereby incorporated by reference: 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.228-5 Insurance - Work on a Government Installation; 52.236-13 Accident Prevention; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program. All offerors shall submit the following: 1) Signed Quote and 2) A completed copy of the Provision at 52.212-3 Offeror Representations and Certifications Commercial Items and 252.212-7000 Offeror Representation and Certifications Commercial Items, which may be downloaded at www.arnet.gov/far. All quotes should be emailed to: Robyn.D.Wells@usace.army.mil no later than 12:00 PM CST 24 February 2011. Point of Contact: Robyn Wells, Contract Specialist, 601-634-5321.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF10130061/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02384017-W 20110220/110218234458-006ebd65b649cc6807f426de81548781 (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 |