Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1999 PSA#2375

AFFTC/PKAA Directorate of Contracting, 30 N. Wolfe Ave., Edwards AFB, CA 93524-6351

99 -- PORTABLE INTERIOR OFFICES SOL F04700-99-Q1660 DUE 070199 POC AFFTC/PKAB Directorate of Contracting Marjorie Evans 661-277-7705 WEB: on line acquisition solicitation information system, http://cpf.edwards.af.mil/contract/rfp.html. E-MAIL: click email link to contact the POC, marjorie.evans@edex.edwards.af.mil. This is a combined synopsis/solicitation for commercial items 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. The solicitation number is F04700- 99-Q 1660. This is request for quotation (RFQ). This acquisition is 100% Small Business set aside. Standard industrial classification code: 2452. Small Business Size Standard: 500. employees. AFFTC Edwards AFB CA has a requirement for 4 each Portable Interior Office Buildings. Prefabricated Modular Buildings to be used as Movable Maintenance Shelters. These buildings must have the structure to be easily moved by forklift to different locations. These buildings are equipment items, not real property. Shelters will have the following characteristics: Size not to exceed 12X12X8 feet. (To accommodate skid base, insulation and electrical/light fixtures the total height can be up to 9'8") Each shelter will have 3 windows -- left, right and entrance door side. There is no requirement for a rear window. The shelter will have one steel door and frame. The door will have a window no smaller than 20"x20". Shelter walls will be non-flammable material such as metal (not wood). Each shelter will have: Ceiling Panels with support beams; Two 4 tube light fixtures; Eight 110V duplex receptacles; 1 light switch; 1 amp c/b panel; 1 wall mounted HVAC unit (Air Conditioner 13,500 BTU cool and 5,000 BTU heat. Slip in HVAC units can be shipped separately; Shelter will be built on structural skid base covered with vinyl floor tile. Fork pockets will be installed in the skid for easy relocation of units. Finish on shelter will be vinyl laminate on interior and exterior surfaces or equal. If Department of Transportation (DOT) prohibits, the structures can be assembled on site. A hanger type facility with power will be provided for construction. Construction time not to exceed (7) seven working days from start to finish. FOB point: Destination. Acceptance: 60 Days after receipt of order. FAR provision 52.212-1, Instructions to Offerors -- Commercial applies. Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items, with the offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies also FAR 52.212-3 and FAR 52.212-4. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. For a complete copy of applicable clauses, contact the point of contact at the end of this notice. Interested parties have 15 days from the date of this notice to submit pricing. Failure to supply the requested information may result in the Government not being able to technically evaluate your capability. The anticipated award date is 12 Feb 1999. Allocations System (DPAS) rating is: S10. Electronic responses are allowed. <mailto:marjorie.evans@edwards.af.mil&;gt; FAX number 805-275-9638. Posted 06/23/99 (W-SN346519). (0174)

Loren Data Corp. http://www.ld.com (SYN# 0373 19990625\99-0003.SOL)


99 - Miscellaneous Index Page