|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#205850 CONS/LGCW, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 54 -- PREFABRICATED STRUCTURES, A LOG CABIN KIT TO FUNCTION AS A
COMMUNITY CENTER AND MEETING FACILITY AT NEW BOSTON AIR STATION,
AMHERST, NEW HAMPSHIRE SOL FA2550-98-Q0532 DUE 032698 POC Myrtle Weir,
(719) 567-3835 E-MAIL: Contract Administrator, weirmm@faffb.af.mil.
17. (i) This is a combined synopsis/solicitation for commercial items
prepared in accordance with FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. (ii) FA2550-98-Q0532 is the
solicitation number, the solicitation is issued as a request for
quotation (RFQ). (iii) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-04 and Defense Acquisition Circular 91-13. (iv) This
acquisition is set aside for small businesses. Standard Industrial Code
(SIC) 2452 applies, with size standard of 500 employees. (v) CLIN 0001
is the log cabin kit, installed $__ __ ____. Option CLIN 0002 is the
additional price for a finished floor $__ __ ____. Option CLIN 0003
isthe price for a heating system $__ __ ____. Option CLIN 0004 is the
additional price for an 8 foot stone or brick fireplace with wood
mantle $__ __ ____. Option CLIN 0005 is the additional price for
interior finishing including a kitchen, two restrooms, and a mechanical
room $__ __ ____. (vi) CLIN 0001 includes a log cabin kit, using solid
logs treated with color sustaining stain and natural finish inside,
with vaulted or cathedral ceiling with exposed trusses/rafters/log
beams at least 8 feet above the floor, dimensions at least 30 feet by
60 feet but no larger than 40 feet by 70 feet, with two sets of double
doors and at least one single door (all doors handicap accessible from
the outside), with asphalt roof (with 10-year warranty), with double
pane-double hung high efficiency windows with screens (each window at
least 3 feet high and 30 inches across, with at least 30 linear feet of
windows), with an unfinished floor capable of holding a floor load of
100 people, with roof rated for a 100 pound snow load, and in any case
meeting or exceeding all building codes and standards set forth by the
state of New Hampshire and any local regulations, and with adequate
lighting. The kit shall be assembled on a structural foundation with
crawl space built by the Government, and any needed utilities hook-ups
will be provided by the Government. Option CLIN 0002 is the additional
price for a finished hardwood floor, in lieu of the unfinished floor
included in 0001. Option CLIN 0003 is the price for a heating system,
propane heat utilizing the existing tank. Option CLIN 0004 is the
additional price for a min. 8 foot stone or brick fireplace with min.
6 foot wood mantle and min. 3 foot hearth. Option CLIN 0005 is the
additional price for a finished kitchen (min. 116 sq. feet, with 36
inch stove with oven, dishwasher, and refrigerator), 2restrooms (min.
88 sq. feet each, handicap accessible, with interior walls finished
with sheetrock and painted to comply with sanitary regulations), and a
mechanical room (min. 74 sq. feet for hot water heater, heating
equipment, etc.), including lighting and ventilation. A loft above the
kitchen and restrooms is desirable. (vii) The log cabin kit (with
options which might be awarded) shall be delivered and installation no
earlier than 1 Aug 98 and no later than 15 Sep 98, all terms FOB
destination at New Boston Air Station, Amherst, New Hampshire. (viii)
The provision at 52.212-1, Instructions to Offerors -- Commercial,
applies to this acquisition. (ix) The clause at 52.212-2,
Evaluation-Commercial Items, applies, with the following evaluation
factors: see (xiii) and (xvi) below-first, market acceptance of the
offeror's product(s) and warranty(-ies), second, the aesthetics of the
product design, third, past performance, and fourth, price, with the
overall objective of buying best value for the governmentwithin the
funding available. Technical and past performance, when combined, are
more important than price. The Government reserved the right to award
to an offeror other than the low-priced offer. (x) Offerors must
include with their offer a completed copy of the provisions at FAR
52.212-3, Offeror Representation and Certifications-Commercial Items,
and DFARS 252.212-7000, Offeror Representations and Certifications --
Commercial Items. (xi) The clause at 52.212-4, Contract Terms and
Conditions -- Commercial Items. (xii) FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, and DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, apply to this
solicitation. Specifically the following clauses, cited are applicable
to this solicitation: FAR 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
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; 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; DFARS 252.205-7000,
Provision of Information to Cooperative Agreement Holders;
252.225-7001, and Buy American Act and Balance of Payments Program.
(xiii) The government has only about $180,000 for this project, and
desires to obtain the kit with all options for this amount, if
possible, but if not possible, will buy the kit alone, with one or more
options as funding allows. Offerors may suggest other alternatives for
the Government's consideration that may allow obtaining the desired
result within the existing funding. FAR 52.217-4, Evaluation of Options
Exercised at Time of Contract Award, applies. (xiv) Defense
Prioritiesand Allocations System does not apply. (xv) CBD Note 1
(set-aside) applies. (xvi) Offers are due at 12pm (noon), local time,
on Thursday, March 26, 1998, at 50 CONS/LGCI, 66 Falcon Pkwy Ste 49,
Falcon AFB, CO 80912-6649. Fax responses are acceptable to FAX
719/567-3809, clearly marked for the attention of Ms Myrtle Weir. Offer
shall include the pricing information required in (v) above, as well as
the representations and certifications required by (x) above. The offer
shall also include a drawing (to scale) of the assembled log cabin kit,
with doors and windows clearly marked. The offeror shall also provide
the required dimensions and load capacity of the foundation. The offer
shall also include any warranty information that will be provided with
the offeror's products. For the option items, the offeror must describe
the details of what it is offering. The offeror is strongly encouraged
to also submit brochures or other commercial literature showing work
of the type desired by this solicitation which will clearly demonstrate
market acceptance of the offeror's products, as well as past
performance information such as references of customers who have
previously purchased the offeror's products. The more information
provided, the better able the Government will be to judge the merits of
the offeror's proposal and select the best value for the Government.
(xvii) For information, call Ms Myrtle Weir at 719/567-3835 or fax
-3809. (0078) Loren Data Corp. http://www.ld.com (SYN# 0196 19980324\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|