Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1996 PSA#1669

37th CONS/LGC, Lackland AFB TX 78236-5253 Attn:LGCS/Christine Bareika

78 -- PRE-ENGINEERED PLAYGROUND STRUCTURES SOL F4163696Q2542 DUE 091296 POC Christine Bareika tel: 210/671-1725/Susan Arnold, 210/671-1722 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. This solicitation is issued as a request for quotation. Submit quotes on requisition F41636-96-Q2542. This procurement is 100 percent set-aside for small business manufacturers or small business distributors of small business manufacturers. This solicitation document and incoporated provisions and clauses are those in effect through Federal Acquistion Circular 90-41. Standard industrial code 3949. Items to be acquired are: Line item 0001 - PLAY SERIES FOR 5-12 YEAR OLDS, 1 SET; Line item 0002 - PLAY SERIES FOR 2-5 YEAR OLDS, 1 SET; Line item 0003 - SUPERVISION - 5 WORK DAYS AT 8 HRS PER DAY, not to exceed 40 Hours. FOB point is Lackland Air Force Base, Texas. Delivery of all items required no later than 15 October 1996, to Lion Park, Lackland Air Force Base for a building schedule of 16-21 October 96. Government notification required 24 hours prior to delivery to arrange for off-loading. The contractor shall furnish all pre-engineered parts/components and five days of technical guidance for erection, by volunteer labor, of playground structures as described below. All playground equipment provided must be in compliance with U.S. Consumer Product Safety Commisison (USCPSC) guidlines for Public Playground Safety. Fall zones are not part of this contract. The contractor must submit with his quotation the following information: SPECIFICATIONS-Detailed specifications of materials and methods of assembly to include sketches, drawings, or photos of sufficient detail to indicate a true representation of the equipment and how the activities are related to the structures; REFERENCES-A list of equipment installations completed within the last 24 months which were of similar complexity and constructed of same materials. References must include a point of contact and telephone/fax number; WARRANTY-Must provide a copy of standard commercial warranty. PLAYGROUND COMPONENTS: Play Series for 5-12 year olds to include: three 8'X 8' elevated stockade towers with wood roofs, one tower to have a clear plastic double bubble window, two 5'X 5' elevated platforms, two notched log climbers, a 6-tire climber. One wood suspension bridge, minimum 8' long, one straight bridge. Activities include 1 set parallel bars, 1 horizontal bar, 1 set triple chin-up bars, 1 single chin-up bar, 1 large S-shaped crawl tube, 1 large L-shaped crawl tube with windows, 1 small L-shaped crawl tube with windows, 1 straight crawl tube, 1 set inclined parallel bars, 1 double balance beam (90 degree), rings, 1 spiral slide, 1 tube slide, 1 double wave slide, 2 spiral climbers, 1 loop climber, 1 arched climber, 1 horizontal tire climber, 1 set S-shaped hanging bars, 1 fireman's pole, 1 curved overhead rung ladder, 1 playhouse, 1 sand/water play unit with water connection, 4 wood benches, minimum 5' long, backless. Play series for 2-5 year olds to include: three elevated platforms, one 4'X 4', one 5'X 5' and one 6'X 6'; one 8'X 8' wood roofed canopy 10' high at peak. One 8'X 8' elevated stockade tower with wood roof, 14' high at peak of roof. One suspension bridge at least 8' long; 1 double slide, 1 spiral tube slide; 2 straight crawl tubes, 3 ladders, 1 spiral climber, one 6-tire climber; 1 fireman's pole, 1 horizontal bar, 1 chin-up bar, 1 set low hanging bars; 1 word search station, 1 tic-tac-toe station, 1 telephone station and 1 telephone booth with underground speaking tube. Swing area will consist of two 4-seat swing sets, 1 with standard strap seats and one with toddler security seats. Transition modules/ramps/stairs are to be provided for both play series to allow access to some of the activities per Americans with Disabilities Act guidelines. PRODUCTS: WOOD-Unless otherwise stated, all wood is to be pressure treated pine, pre-cut sanded and holes drilled where required. POSTS-6''X 6'', all edges routed with 1/2'' radius. These posts are to be used as primary vertical members for contruction of towers and all elevated platforms. PLATFORMS/DECKS-are to be 2''X 8'' over 2''X 6'' frame. STOCKADE TOWERS-shall be a minimum 8'x 8' square, no higher than 14' at roof peak. Roofs shall be Redwood siding #477 over 2''x 3'' or 2''X 4'' framing. Roofs are to be pyramid shape. Construction shall be four 6''X 6'' post in center to form a square opening in the center of the second level through which a wood/steel pipe rung ladder will allow access. At the second level, a welded steel frame shall be mounted to accept flooring of 2''x 8''planks. Additional support for the second level shall be provided by placement of at least three additional 6''x 6'' posts. Maximum floor height for tower at 2-5 year is 4'6''; maximum for 5-12 year old structures is 5'6''. SECURITY BARRIERS-for bridges, ramps, and uncovered platforms can be either 2''x8'' wood on 2''X 4'' frame or vertical pipe (1 3/8'' O.D. powder coated steel) mounted into wood box frame. (4''X 6'' top & bottom, 2''X 6'' sides) Must meet standards for head entrapment. PLAYHOUSE-(Manufacturer's design) shall be constructed entirely of wood but can include plastic decorative items (color tan or beige) and must have a minimum of 20 and a maximum of 30 square feet of contained play area. No solid walls 0J}5%Qted. Full view of*I^QI%or must be maintained in manufacturer's design. STRAIGHT BRIDGE AND SUSPENSION BRIDGE-Shall be constructed primarily of wood components with security barriers. SWING FRAME-Assemblies shall be constructed of wood, minimum 4''X 6'' timbers. HARDWARE-All hardware shall be galvanized and shall be of a type recommend by manufacturer to comply with all U.S. Consumer Producte Safety Commission guidlines for Public Playground Safety. PLASTICS-All plastic components shall be earth tones (tan, beige) only. No primary colors (red, yellow, green, blue). Exception: Tic-tac-toe ''X'' and ''O'' cubes and word search cubes can be yellow if not available in earth tones. Colors shall be molded in. TUBES/SLIDES- Rotationally molded U.V. stabilized polyethylene plastic with molded in color. Tubes shall be 30'' diameter and shall include steel support/braces where required to conform with USCPSC guidlines for Public Playground Safety. Slides shall be double walled, 6'' high rails at top and 4'' high rails at bottom, 18'' exit bedway. WATER/SAND PLAY UNIT-(Manufacturer's design) must accomodate at least 4 childern and must be between 24'' and 28'' high. Design should be suitable to 5-12 year age range. METAL-Ladders, bars, spacers, plates, frames, rails, rungs shall be galvanized and powder coated in earth tones (tan or beige). SUPERVISION-Contractor must provide, at the start of construction/assembly an on-site technician for up to five 8-hour workdays to train the volunteer job supervisors and oversee the assembly of the equipment to insure compliance with USCPSC guidlines. Cost for this service and all related costs are included as a part of this contract. The FAR provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this soliciation: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers. The clause at DFARS 252.212-7800, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commmercial Items, applies to this solicitation. Specifically the following clauses, cited are applicable to this solictation 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012. The clause at 52.212-2, Evaluation--Commercial Items, is applicable. The specific evaluation factors are a) tucp9% l capability of the items offered to meet the Government requirement; b) past performance as determined by the ability of the offeror to show projects completed within the last 24 months; and c) price. Offerors must include with their offer a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certifications--Commercial Item. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this solicitation. Concept sketches and layout drawings showing relationship between elements will be available by fax by notifying the Contracting Officer by phone or fax. Quotes must be sent in writing or faxed to the Contracting Officer indicated above. Fax number is 210/671-3179. Quotes are required no later than 12 September, 1996. Award will be made on or about 17 September, 1996. All responsible sources may sumbit an offer, which, if timely received will be considered by this agency (0240)

Loren Data Corp. http://www.ld.com (SYN# 0288 19960828\78-0001.SOL)


78 - Recreational and Athletic Equipment Index Page