Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2016 FBO #5238
SOLICITATION NOTICE

54 -- Hazardous Material Buildings

Notice Date
3/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Ohio, 2811 West Dublin-Granville Road, Columbus, Ohio, 43235-2788
 
ZIP Code
43235-2788
 
Solicitation Number
W91364-16-R-0005
 
Archive Date
5/7/2016
 
Point of Contact
Randy Reis, Phone: 9376079723, Mark H. Miesse, Phone: 6143367175
 
E-Mail Address
randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil
(randy.d.reis.mil@mail.mil, mark.h.miesse.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) Solicitation W91364-16-R-0005 is issued as a Request for Proposal (RFP). (III) This requirement is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (IV) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332311 and the small business size standard is 500 Employees. The following commercial items are requested in this solicitation: (V) SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: Steel Building: Nine (9) prefabricated welded steel constructed buildings with the dimensions of 15'x 9'x 9'; interior separation wall with two (2) 56" doors that open on corner posts. The buildings will be constructed with 12 gauge noncommercial grade A-570 steel and a coating that includes two-part anti-corrosive epoxies and polyurethanes which serve as insulators from climactic variations. The buildings will contain secondary containment shelving that can be adjusted to fit any size containers. The non-combustible or gypsum board insulation will have a 2 hour fire rating. Hazardous waste storage buildings are designed to store hazardous waste in a safe, segregated and secure area, and to prevent chemicals from leaking out into the environment in case of a spill. The buildings must have the following features: a. Prefabricated welded steel constructed building b. One-piece sump with drain fittings to contain any leaks or spills c. Secondary containment shelving d. Grounding rod and cable e. Steel loading ramps at each door f. 2 hour fire rated insulation Secondary Containment Sump: Must be at least a 6-7" deep well in the bottom of the prefabricated steel building which is continuously welded to be "leak-proof'. The sump must contain drain fittings and covered by a steel floor grating. Finishes: The building will include a protective coating that will serve as insulators from climactic variations. Ramps: Two heavy duty steel ramps, one for each 56" door. Locations: (1) 15'x9'x9' Building- 3000 Symmes Rd., Hamilton, Ohio 45015 (1) 15'x9'x9' Building- 2555 County Line Rd., Kettering, Ohio 45430 (2) 15'x9'x9' Building- 855 South Collett St., Lima, Ohio 45804 (1) 15'x9'x9' Building- 1000 Lawrence Rd., Bldg 2008, Port Clinton, Ohio 43452 (1) 15'x9'x9' Building- 7246 2nd St., Bldg 846, Columbus, Ohio 43217 (1) 15'x9'x9' Building- 1438 SR 534 SW., Newton Falls, Ohio 44444 (1) 15'x9'x9' Building- 6000 West Airport Dr., Green, Ohio 44720 (1) 15'x9'x9' Building- 7750 South Access Rd., Bldg 918, Columbus, Ohio 43217 CLIN 0002: Steel Building: Two (2) prefabricated welded steel constructed buildings with the dimensions of 7'x 9'x 9' with one (1) 56" door. The buildings will be constructed with 12 gauge noncommercial grade A-570 steel and a coating that includes two-part anti-corrosive epoxies and polyurethanes which serve as insulators from climactic variations. The buildings will contain secondary containment shelving that can be adjusted to fit any size containers. The non-combustible or gypsum board insulation will have a 2 hour fire rating. One heavy duty steel ramps for the 56" door. Hazardous waste storage buildings are designed to store hazardous waste in a safe, segregated and secure area, and to prevent chemicals from leaking out into the environment in case of a spill. The buildings must have the following features: g. Prefabricated welded steel constructed building h. One-piece sump with drain fittings to contain any leaks or spills i. Secondary containment shelving j. Grounding rod and cable k. Steel loading ramps at each door l. 2 hour fire rated insulation Secondary Containment Sump: Must be at least a 6-7" deep well in the bottom of the prefabricated steel building which is continuously welded to be "leak-proof'. The sump must contain drain fittings and covered by a steel floor grating. Finishes: The building will include a protective coating that will serve as insulators from climactic variations. Ramps: Two heavy duty steel ramps, one for each 56" door. Locations: (1) 7'x9'x9' Building- 8208 South Perimeter Rd., Columbus, Ohio 54217 (1) 7'x9'x9' Building- 1438 SR 534 SW., Newton Falls, Ohio 44444 Please include any additional overage charges, delivery-pickup charges, delivery fee in your quote. (VI) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (VII) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government. (VIII) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. (IX) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (X) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.212-2, Evaluation-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-36, Equal Opportunity for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 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 52.237-1, Site Visit 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain internal Confidentiality Agreements-Representation (DEVIATION) 252.230-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) Representation (DEVIATION 2015-O0010) 252.204-7011, Alternative Line Item Structure 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XI) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the email address noted below not later than, 12:00 P.M. EST, 19 April 2016. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Email questions no later than 12:00 P.M. EST, 19 April 2016. All responsible sources may submit a response which, if timely received, must be considered by the agency. Emailed quotes will be accepted and is the preferred method no later than 12:00 P.M. EST 22 April 2016, at randy.d.reis.mil@mail.mil and/or mark.h.miesse.civ@mail.mil. Point of Contact for this solicitation is Randy Reis; randy.d.reis.mil@mail.mil, 614-336-7001.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33/W91364-16-R-0005/listing.html)
 
Place of Performance
Address: See CLIN0001: Locations, and CLIN0002: Locations., Ohio, United States
 
Record
SN04062941-W 20160327/160325234310-42aa01726d7e217c07e99c7c146385c6 (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.