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