Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

54 -- Large Area Maintenance Structures

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Albuquerque Contract Office (BCOQ), 1680 Texas Street SE, Kirtland AFB, New Mexico, 87117-5669, United States
 
ZIP Code
87117-5669
 
Solicitation Number
HDTRA2-16-T-0002
 
Archive Date
3/2/2016
 
Point of Contact
Margaret J. LeBlanc, Phone: 5058530904, Herbert A. Thompson, Jr., Phone: (505) 846-8799
 
E-Mail Address
margaret.j.leblanc2.civ@mail.mil, herbert.a.thompson8.civ@mail.mil
(margaret.j.leblanc2.civ@mail.mil, herbert.a.thompson8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HDTRA2-16-T-0002 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 2005-86. The requirement is 100% set aside for Service Disabled Veteran Owned Small Businesses and the associated NAICS code is 332999. The small business size standard is 750 employees. The Contract Line Item Number (CLIN) is as follows: CLIN 0001 - Large Area Maintenance Structure (LAMS) Specification; 2 each. The description of CLIN 0001 is as follows: LAMS shall meet the following requirements - The contractor shall deliver, assemble, and install two (2) Large Area Maintenance Structures •Size (minimum dimensions): 65 ft. (W) Opening x 105 ft. (L) x 16 ft. (H) Side Walls x 30 ft. (H) Center •Fabric: 18 Oz. (minimum) Laminated Fabric; Flame Retardant, UV resistant, Rip-Stop •Fabric Color: Tan •Fabric Coverage: Full cover terminates at ground level on each side •Frame: Anodized Aluminum •Frame Spacing: 15' Bay Spacing (minimum) •Designed for 40 PSF Snow and 100 MPH Wind Load (in accordance with ASCE 7-10) •Open Ends •No electrical power required •No HVAC required •No man or vehicle door(s) required •Mounting Hardware Included for Dirt, Asphalt, Concrete or combination of Dirt and Asphalt installation •One (1) set Installation tool kit with gas stake driver •On-site assembly and installation Delivery and installation of the two (2) LAMS shall be completed No Later Than (NLT) 1 Apr 2016 Delivery terms for CLIN 0001 are FOB Destination with acceptance in Nevada National Security Site (NNSS) Areas 2 and 12. Areas 2 and 12 are approximately 45-50 miles north of the NNSS main gate in Mercury, NV. Mercury, NV is approximately 65 miles north of Las Vegas, NV One week after receipt of order, contractor shall provide LAMS fabrication drawing(s) to DTRA; Identify/designate a factory representative to coordinate & schedule with DTRA a walk-through of the two (2) NNSS installation sites to identify the following: (1) any issues that the Government must address prior to delivery and installation of the LAMS; (2) site(s) preparation or footing requirements the Government must make prior to erection of the LAMS; (3) any labor or equipment support that the fabricator will require from the Government at the two NNSS sites during installation. The provision at 52.212-1, Instructions to Offerors - Commercial and the clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2013-O0019) apply to this acquisition, in addition to the following clauses: 52.204-3; 52.204-7; 52.203-6; 52.203-12; 52.203-15; 52.203-17; 52.204-4; 52.204-10; 52.204-13; 52.209-6; 52.209-10; 52.219-6; 52.219-8; 52.219-14; 52.219-27; 52.219-28; 52.222-3; 52.222-19; 52.222-35; 52.222-37; 52.222-40; 52.223-18; 52.222-41; 52.222-44; 52.222-50; 52.225-5; 52.225-13; 52.229-3; 52.232-33; 52.232-39; 52.232-40; 52.242-13; 52.247-34; 252.203-7000; 252.203-7002; 252.204-7003; 252.204-7004; 252.204-7008; 252.204-7012; 252.209-7004; 252.225-7012; 252.232-7003; 252.243-7002; 252.244-7000; 252.247-7023. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. Selection will be made based on the lowest price of the offeror proposing the above described items. Responses to the solicitation are due no later than 2:00 pm Mountain Time on February 16, 2016, via e-mail to margaret.j.leblanc2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA02/HDTRA2-16-T-0002/listing.html)
 
Record
SN04017764-W 20160213/160211234346-1bd7da52b748d51eca803920c633b35d (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  © 1994-2020, Loren Data Corp.