Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

81 -- Building F-1 and F-2 New Metal Storage Container Purchase

Notice Date
5/16/2023 6:36:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NASA SHARED SERVICES CENTER STENNIS SPACE CENTER MS 39529 USA
 
ZIP Code
39529
 
Solicitation Number
80NSSC23834286Q
 
Response Due
5/23/2023 8:00:00 AM
 
Archive Date
06/07/2023
 
Point of Contact
Jacqueline Townley, Phone: 2288136067
 
E-Mail Address
jacqueline.e.townley@nasa.gov
(jacqueline.e.townley@nasa.gov)
 
Description
This requirement is for�Building F-1 and F-2 New Metal Storage Container Purchase. FOB Destination Deliver to: � NASA Goddard Space Flight Center � � � � � � � � � �Greenbelt Road � � � � � � � � � �Greenbelt, MD 20771 Net 30 Please provide your Cage Code/UEI # on your Quote. Please provide ARO delivery time/Lead Time on your Quote. Please apply any discounts to your Quote. We will not be paying with a Credit Card. Statement of Work NASA WFF Building F-1 and F-2 New Metal Storage Container Purchase Scope of Purchase Provide one new modified steel 40 foot long by 8 foot wide by 9.5 foot tall storage container. Container shall be wind resistant, watertight, and structurally sound. Container will be used to store unopened boxes containing new personal computers, monitors, and laptops for IT group. Provided with the following: 1. Interior wood floor provided with a non-slip coating. 2. Double locking cargo doors at one end. 3. Exterior sides and cargo doors to be wire brushed, primed, and painted with two-part epoxy primer and Amerlock (or equal) paint with color selected by the government from color chart. 4. Exterior roof to have white elastomeric coating. 5. Insulate and finish interior walls, ceiling, and cargo doors with 2 inches by 4 inches studs on 16-inch centers, insulated with a minimum of 3 inches of closed cell spray foam and R-value of 21, with a minimum of � inch Luann plywood strips cut to give the interior a finished look. Interior ceiling to be as high as possible. 6. Provide with one 3 foot wide by 6.33 tall steel personnel door with closer, handle to be manufactured by Best Lock Corporation, 9k series, with coreless lock set. Personnel door to be located by the government.��� 7. Provide with one ductless heat pump split system sized appropriately, wall mounted indoor unit to be installed above the personnel door, outdoor unit to be mounted to the side of the container near the indoor unit, all piping, refrigerant, electrical, controls, etc. to be provided for a complete and operational system. 8. Provided one 4 foot by 3-foot aluminum dock plate to allow hand truck loading and unloading. 9. Provide with LED lights/switches, 120 Volt/20-amp duplex electrical outlets, 100 amp/120-208 volt/1 phase, electrical panel with breakers, exterior elbow for panel hook up to outside electrical source, and one empty conduit for installing communication cable from outside source. Provide all internal electrical all interior wiring/conduits required for a complete and operation system. 10. Delivery shall be via a self-unloading roll back onto a stone base on the ground between buildings F-1 and F-2 at Wallops Island, VA 23337.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90d92ff8eb5440dbacf5723d8b9e47a9/view)
 
Record
SN06684493-F 20230518/230517212026 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.