Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1996 PSA#1664

Contracting Officer, USCG Civil Engineering Unit MIAMI 15609 S.W. 117th Avenue, Suite A, Miami, FL 33177-1630

99 -- REPLACE EXISTING 24' X 40' (QTY: 2 12' X 40' MODULAR TRAILERS) WITH A NEW 24' X 56' (QTY: 2 12' X 56' MODULAR TRAILERS) AT U.S.C.G. AIR STATION MIAMI, OPA LOCKA, FL SOL DTCG82-96-P-7AA918. POC Lt. Pat Dibari (305) 278-6728. This is a combined synopsis/request for solicitation for a commercial item 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. The solicitation number is DTCG82-96-P-7AA918. This synopsis/solicitation constitutes an invitation for bid and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-37. There are no set-asides, SIC codes or business size standards applicable. This acquisition is for the furnishing and installation of a 24' x 56' (qty: 2 12' X 56') modular trailer, GE multi-unit modular building or equal, meeting the following specifications: SIZE: 24' X 56' box. Sq. Ft: 1344. CODE: 1344. CODE: SBCC Florida. TYPE: VI. USE: Business. FRAME: (1) 10'' Jr. I Beam, (2) 6000# brake axles w/tires, (3) 6000# tag/idler axles w/tires, (4) Detachable hitches. FLOORS: (1) Transverse design, (2) Perimeter/Floor joists 2X6 @ 16'' O.C., (3) .40 asphalt bottom board, (4) Decking: 1/2'' ply over dbl 5/8'' plywood (4) Floor mate line detail: hold 1/2'' underlayment 5-1/2'' from mate line, ship loose four sheets 4X8-1/2'' underlayment, (5) Locate additional joist under mate-line column (each), (6) Floor finish bare plywood. EXTERIOR WALL FRAMING: (1) Wall height 8'-6'' using 2X4 studs @ 16'' O.C., (2) Six additional studs at endwall column to support crane. EXTERIOR COVERING: (1) 3/8'' CDX endwalls and thermoply sidewall ends, (2) T-11 plywood siding; color to be desert tan, (3) 1X4 trim; color to be lodge brown. MANSARD: (1) False (follows roof line) w/gutters and downspouts, (2) Covering: T1-11 plywood siding; color to be desert tan. SKIRTING: (1) T1-11 plywood; color to desert tan. EXTERIOR DOORS: (1) One 36X80 Steel w/steel frame and threshold, (2) Two 72X80 Steel w/steel frame and threshold, (3) All exterior doors to have safety chain w/thru bolt, Harloc entry levers or equal, and Simplex cypher locks or equal. INTERIOR WALL PARTITIONS: (1) 2X4X8'-6'' partition walls, (2) One marriage line support post. INTERIOR WALL COVERING: (1) 5/16'' Vinyl Covered Gypsum; color tbd by customer, (2) House type, pre-finished woodgrain moulding. INTERIOR DOORS: (1) One pre-finished 36X80 hollow core door w/privacy hardware. ROOFS: (1) Traverse design w/2X6 rafters, (2) 1/2'' CDX sheathing, and .45 mil black EPDM covering, (2) Mate Beam: 18'' two layer M.L.B., (3) Roof vents: as required, (4) Hurricane straps: as required, (5) Ceiling: T-grid/2X4 acoustical suspended. INSULATION: (1) Roof: R-30 kraftback, (2) Walls: R-11 kraftback, (3) Floors: R-19 kraftback, (4) Partitions: 1/2'' soundboard on one side. PLUMBING: (1) C.P.V.C. supply, (2) P.V.C. drain, waste, and vent (stubbed through floor), (3) One 10 gal water heater, (4) One handicapped commode, (5) One standard wall hung sink w/hot & cold faucet, (6) One standard toilet paper holder, (7) One 36'' grab bar, (8) One 42'' grab bar, (9) One 18X30 1/8 DS mirror, (10) Rough in supply and drain for customer supplied/installed wall hung EWC. ELECTRICAL: (1) Two 100 amp, 1 phase load center panels, (2) 12-2 copper romex raceway, (3) Duplex 110V/20A outlet receptacles 8' O.C., (4) Twenty 2X4 recessed flourescent troffers 240, (5) Three standard porch lights, (6) One standard drum light (bathroom), (7) Two A-105W photocells, (8) One interior 20A GFI receptacle (bathroom), (9) One exterior, water proof GFI receptacle w/dedicated circuit on 20A breaker, (10) Four telephone jacks w/conduit stub, (11) Three one-sided, illuminated EXIT signs, (12) 400 cfm thermostat controlled exhaust fan (power room). HVAC: (1) Two Bard 3.0 ton, wall hung air conditioners w/10kw heat strip or equal, (2) 8X16 fiberglass ceiling supply ducts, (3) 2X2 lay-in supply air grills, (4) Thru wall, free flow to unit, return air grills. WINDOWS: (1) One 46X53 32'' AFF vert slide, mill/clear and automatic shutter, (2) Two 30X30 fixed, mill/clear, (3) One 84X60X1/2'' 32'' AFF lexan w/metal frame and automatic shutter. CONTRACTOR RESPONSIBILITIES: (1) Transport, setup, and mate new modular trailers on customer prepared site to include; plumbing, electrical, hurricane straps, skirting, remove/replace customer supplied ramps, and two customer supplied manual window shutters, (2) Disassemble, remove, and credit fair market value for two existing 12' X 40' modular trailers. For additional technical information and floor plans contact LT M. Wallace at (305) 953-2176 from 7:30 A.M. to 3:30 P.M. Eastern Standard Time. The required completion date shall be within 30 calendar days after acceptance of order. Acceptance shall be at destination after the units have been properly installed. Closing date and and time for receipt of offers is 12 September 1996. Facsimile offers are acceptable and may be forwarded via Fax No. (305) 278-6704. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit Miami, 15609 S.W. 117th Avenue, Suite A, Miami, FL 33177. Provision 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offerors are instructed to include with their offers, a completed copy of FAR provision 52.212-3, ``Offeror Representations and Certification as-Commercial Items.'' The following clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 1995) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 1995), FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (Jan 1996), with the following additional FAR Clauses: 52.222-3, Convict Labor (Apr 1984), 52.233-3, Protest After Award (Oct 1995), 52.222-26, Equal Opportunity (Apr 1984), 52,222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988), FAR 52.225-3, Buy American Act - Supplies (Jan 1994) Defense Priorities and Allocations System Rating: DO-A1 for Minority Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short-Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. (227)

Loren Data Corp. http://www.ld.com (SYN# 0467 19960821\99-0001.SOL)


99 - Miscellaneous Index Page