Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1998 PSA#2061

General Service Administration (7PMCC), Property Management Division, 819 Taylor St., Rm. 12A29, Fort Worth, TX 76102-6105

99 -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) PROVIDE DETENTION ITEMS SOL GS-07P-98-HUD-0034 DUE 041398 POC Kathey K. Thury, Contracting Officer, 817-978-7349 SIC CODE 3446, SOLICITATION NO. GS-07P-98-HUD-0034, DUE 4/13/98, This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6,as supplemented with additional information included in the notice. This announcement constitutes the only Solicitation; Proposals are being requested and written solicitations will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-3. This solicitation is not set-aside for small business. Large businesses will be required to have a sub-contracting plan approved prior to award. Multiple awards may be made under this solicitation. The Government seeks to award an Indefinite Delivery Indefinite Quantity (IDIQ)Firm Fixed Price Task Order Contract to the contractor that can provide detention items to the Government for the best value. Contractors will provide these detention items for projects being performed at Government owned and leased facilities in GSA's Greater Southwest Region, which encompasses Arkansas, Louisiana, Oklahoma, Texas, and New Mexico. Secondary contract area is the Continental United States and Territories. These detention items will become Government furnished to Construction Contractors for installation on Government Projects. The contract period will be for one year from date of award. The contractor prices will be ineffective for the one year contract period. The Government does have requirements at this time and will have future requirements for detention items in Greater Southwest Region and secondary contract areas. Other forms referenced herein are required to be completed and submitted with all proposals. The contractor must provide unit prices for each of the following Detention Items with their proposal:(ITEM 1-Cell fronts-provide price for linear foot of cell grille up to a ceiling height of 9'0")-Cell grilles-Wire mesh:shall be 0.25 inch diameter Type 304 stainless steel, double crimped and machine woven into a square mesh with 2" on centers-Vertical and horizontal frame members:minimum of inch 304 stainless steel channels-Vertical stiffeners:minimum of 3 X 2 inch 10 gauge 304 stainless steel tubing-Horizontal stiffeners: minimum of 3 X 3 inch 10 gauge 304 stainless steel tubing-Base shoes:minimum of inch 304 stainless steel with a minimum of 1 inch high sleeve (fit outside 2 X 3 vertical stiffeners). Shoes at wall shall have no base flange at wall side.-Ceiling header shoe:minimum of inch 304 stainless steel with a minimum of 5 inch high sleeve (fit inside 3 X 3 horizontal stiffener).(ITEM 2 Cell doors: Provide price for complete door unit assembly (minimum 36 inches width) to include header grille assembly, hinge side frame and lock side frame to a ceiling height of 9'0")-Wire mesh:shall be 0.25 inch diameter Type 304 stainless steel, double crimped and machine woven into a square mesh with 2" on centers-Vertical and horizontal frame members:minimum of 3 X 2 inch 10 gauge 304 stainless steel tubing-Cuff and shackle ports: minimum of inch 304 stainless steel plate. The lock mounting plate shall be a minimum of 5/16 inch 304 stainless steel plate, drilled and tapped to accept a Folger Adams 17M1 (or equivalent) latch. Strike/handle combination shall be a minimum of inch 304 stainless steel plate and welded to the cuff and shackle door. The cuff and shackle door shall be attached to the cell door with two maximum security grade hinges. Hinges shall be welded to the door and cell door frame-Lock box:minimum of 10 gauge 304 stainless steel plate formed or continuously welded with a 10 gauge 304 stainless steel plate cover attached to lock box with a minimum of 4 maximum security tamper resistant screws. The lock box shall be machined to accept the mounting of a Folger Adams 122 MI electromechanical lock (or equivalent)-Base shoes:minimum of inch 304 stainless steel with a minimum of 1 inch high sleeve (fit outside 2 X 3 vertical frame).Hardware:Full mortised maximum security door positionswitch shall be provided and be mounted within 6 inches of the strike side of the door and door frame. Door hinges shall be maximum security stainless steel mounted with maximum security tamper resistant screws. The door strike shall be full mortised and mounting holes tapped to accept the Folger Adams 122 MI strike.(ITEM 3:BENCHES: Provide per foot price for a bench (minimum 2 feet, no maximum)-Provide one-piece fixed heavy-duty formed minimum 11 gauge 304 stainless steel benches with fully welded end plates. The bench cavity shall be filled with sound deadening insulation and attached to the wall and floor with a minimum 3 X 3 inch 10 gauge 304 stainless steel continuous angle with maximum security tamper resistant screws (6 inches on center).(ITEM 4:MODESTY SCREEN: Provide a price for modesty screen, mounting pole and hardware to a deck to deck height of 15 feet)-Provide one piece modesty screen to be constructed of minimum 10 gauge 304 stainless steel plate with a 1 inch 10 gauge 304 stainless steel cap around the edge of the panel. The panel will be reinforced with a minimum of two 10 gauge 1 X 1 inch angle welded equally spaced on bench side of screen. Provide two anchor plates, minimum of 10 gauge 304 stainless steel at the upper and lower corners of the panel where it meets the wall. Mounting bolts will be maximum security grade drive anchors. Vertical mounting pole will be a minimum of 3 X 2 inch 10 gauge 304 stainless steel tubing. Base mounting shoe shall be similar to the cell grille base shoe.(ITEM 5:SECURITY DETENTION:TYPE PLUMBING FIXTURES- Provide pricing for:A-Standard combination lavatory toilet unit. B-Handicapped combination lavatory toilet unit. C-Two piece lavatory and toilet unit)-The cabinet shall be minimum of 12 gauge 304 stainless steel. The Lavatory bowl, countertop backsplash panel, toilet bowl, flushing rim, integral seat, integral recessed toilet tissue holder, trap and trap covers shall be a minimum of 14 gauge 304 stainless steel. Each toilet unit shall be provide with a Sloan flush valve (or equivalent), hot and cold pneumatic control valves and drinking bubbler integrated into the spout. Each unit, whether two piece or combination unit, shall provided a wall sleeve with 5/8 inch hardened man bars (wall sleeve up to 8 inches thick CMU wall). Each unit shall come with a life time warranty for the cabinet, bowl and sink.(ITEM 6:SECURITY GRADE GRAB BARS- Provide per foot pricing to include all hardware (minimum 18 inches, no maximum)-Shall be fabricated from 1 inch diameter minimum 11 gauge 304 stainless steel tubing. The bar shall have an 11 gauge 304 stainless steel closure plate welded to the underside of the bar. Bars shall be welded to a 3 X 5 X inch 304 stainless steel plate to be used to anchor grab bar to the wall (maximum 18 inch on center spacing). Maximum security inch drive anchors shall be provided (4 each plate).(ITEM 7:PRISONER INTERVIEW COUNTERTOP-Provide per foot pricing to include all hardware (minimum 18 inches, no maximum)-Shall be fabricated from minimum of 10 gauge 304 stainless steel plate to be formed or continuously welded to provide a top that is 24 inches wide and 3 inches thick (length to be field specified). The assembly shall be formed to provide a continuous surface from the top, edge, ends and underside of counter top. The cavity of the countertop shall be reinforced at the wall it is mounted over. There shall be a 3 inch mounting flange extending from the underside of the countertop to allow the top to be secured to CMU wall ( inch maximum security drive anchors 6 inches on center shall be provided).(ITEM 8:PRISONER INTERVIEW STOOL- Provide a price for each stool)-The seat shall be fabricated from 304 stainless steel with black iron pedestal plate, support column (2 inch diameter), and floor mounting plate. The stool will secured to the floor with 4 maximum security inch drive anchors. The black iron shall be primed and ready for painting.(ITEM 9:ONE PIECE SHOWER STALL- Provide a price for a single shower stall)-The cabinet(walls and floor pan) for the shower stall shall be a minimum 12 gauge 304 stainless steel. The control valves and spray head supplied shall be maximum security grade. The control valve shall have a tempered hot and cold control, remotely located. Minimum dimension shall be 36 X 36 inches. (ITEM 10:WALL PANEL SYSTEM- Provide a per liner foot pricing to include all material and hardware to install the wall system)-Provide a 10 gauge 304 stainless steel wall panel system with 10 gauge black iron substructure. Wall panels shall be a maximum of 32 inch width and 9'0" tall. The substructure shall be a minimum of 3 X 3 inch 10 gauge black iron that will extend from deck to deck (maximum of 15 feet) and be spaced maximum of 96 inches on center. Horizontal black iron tubing (3 X 3) will be provided to span the vertical tubing (two pieces per 96 inch length) No exposed mounting fasteners will be allowed. All wall panels will be lined with acoustical damping insulation (noise reduction). All detention items must be delivered 60 calendar days after receipt of task order. The delivery will be FOB: Origin. Freight Cost will be Negotiated on each task order. All detention items will be required to meet the applicable 1997 United States Marshals Design Guide, except that the cell fronts must meet the 1991 United States Marshals Design Guide. To be considered for award, offerors must submit as part of their proposals information that address the following evaluation factors: (1) PAST PERFORMANCE: submit a list of the type of detention items manufactured for installation for the past 12 month period (February 1997 through February 1998). (2)TECHNICAL CAPABILITY: discuss your firms capabilities for manufacturing these detention items, also discuss your firms standard warranty for detention items listed. (3) PRICE: Offeror shall submit a price for all ten (10) detention items listed in this synopsis/solicitation. Evaluation of proposals and award of this contract shall be based upon these evaluation factors. The contractor must accept the Government Credit card as the method of payment on this solicitation. FAR Provisions 52.212.1, Instructions to Offerors-Commercial is hereby included by reference with the following addendum: Paragraph Period of acceptance of offers:The offeror agrees to hold prices in their proposal firm for 60 calendar days from the date specified for receipt of offers. FAR provision 52.212-2, Evaluation-Commercial Items incorporated by reference with the following addendum: Paragraph (a) The followings factors shall be used to evaluate offers: Past Performance, Technical Capability and Price. Far provision 52.212-3, Offeror Representations and Certifications-Commercial Items must be completed and submitted with your proposal. FAR 52.212-4, Contract Terms and Conditions-commercial Items applies to this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with the following addenda: Paragraph (b)the following FAR clauses are incorporated by reference:FAR 52.203-6, 52.203-10, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.211-12,52.219.8, 52.219.9, 52.216-18, 52.216-19, 52.216-27, and 52.216-22, Indefinite Quantity (b) designated minimum is $1000 and designated maximum ordering limitation (MOL) is $1.5 million. All FAR Clauses can be found at URL: http:www.arnet.gov/far. Offerors shall print and complete the appropriate clause(s) and include them with their proposal to the address listed below. Proposal must be received not later than 3:30 P.M., CST, April 13, 1998, and must be mailed to Kathey K. Thury, Contracting Officer, Construction Services Branch (7PMCC), 819 Taylor Street, RM 12A29, Fort Worth, TX 76102. Proposals received after the date and time stipulated shall not be accepted. Proposal packages must be marked on the outside with the solicitation number. For information, contact Kathey K. Thury, Contracting Officer, at (817) 978-7349. Fax Proposal shall not be accepted. (0083)

Loren Data Corp. http://www.ld.com (SYN# 0396 19980327\99-0001.SOL)


99 - Miscellaneous Index Page