Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

Directorate of Contracting, United States Military Academy, Building 681, West Point, NY 10996

54 -- RELOCATABLES, PORTABLE CLASSROOMS SOL DAAG60-99-T-0242 DUE 090899 POC Ms. Sloanhoffer (914)938-5113 E-MAIL: click here to contact the contract specialist via, yn8246@usma.edu. i) This is a combined CBD 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 and a written solicitation will not be issued. (ii) The solicitation number is DAAG60-99-T-0242 and is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. (iv) This acquisition is 100% set-aside for small business concerns. The associated standard industrial classification (SIC) code is 2451 with a small business size standard of 500 employees. (v) The solicitation contract line item number, quantity, unit, and end item description is as follows: LINE ITEM 0001. Quantity = 1. Unit = Each. RELOCATABLE FOR WEST POINT SCHOOLS (Type A). The type A unit shall consist of the following minimum specifications: Unit 'A': Size: Building shall be 24' x 32', one story. Units shall be factory manufactured and shipped to the job site in three-dimensional form. Each unit shall be capable of resisting all dynamic vertical and horizontal forces applied during transportation and all static and live loads as required when installed at the site. Exterior: Detachable hitches, two axles per module, outriggers 4 ' o.c. Sides of structure shall be vinyl siding, color approved by the Government from not less than seven color chips. Color of trim and skirting shall match. Electrical: One 100 amp breaker box, single phase, 1 " EMT stubbed through floor, 120V outlet receptacles min. 8' o.c. Other Utilities: " EMT and pull wires for phone, fire alarm and LAN cable. Lighting: 4' 4-tube, diffused, fluorescent, recessed lighting fixtures (minimum of 50 foot candles). Incandescent photoelectric light at each exterior door. Floors: 2" x 6" floor joists 16" o.c., " plywood decking, standard bottom board, R-19 fiberglass batt type insulation. Wall to wall carpeting. Low level loop, olefin back, minimum 20-oz. weight, color approved by Government. Walls: Height 8', 2" x 4" studs 16" o.c., R-11 fiberglass batt type insulation, " VGC gypsum. Roof: 32' wood span beam, truss rafters, " ply sheathing, shingles, frame tie down, R-19 fiberglass batt type insulation, gutters with extended downspouts, splash blocks if discharge to non-paved areas. Ceiling: white " seaspray gypsum. Windows: Five, 36" wide x 48" high, sliding with fiberglass screens, insulated, tinted glass with 1" aluminum mini-blinds, color approved by Government. Doors: Exterior: two 36" x 80" steel to include frame with 10" x 10" window, drip cap, panic bar, closer and exterior locking deadbolt lock. Door closer shall be of a type which will allow the door to be locked in the open position. All hardware will be keyed on a master system. One key per lock and ten master keys shall be provided. Painted finish. Additional Requirements: Unit 'A' shall consist of the following installed items: One 4-ton air conditioner, through the wall, with adjustable fan speed; 15 kw heating strips; one 4' x 12' dry erase marker board with marker rail, tack strips and map rail with map hooks; One 4' x 16' seamless " vinyl impregnated cork tack board.; Twenty linear feet of 2" vinyl impregnated cork tack strips (location to be determined); Two single face exit lights with battery pack; One emergency light (battery pack with two bulbs); One smoke/heat detector; One fire extinguisher, wall mounted, class ABC, 21#; A fire alarm pull box inside door; An audio/visual fire alarm. LINE ITEM 0002. Quantity = 1. Unit = Each. RELOCATABLE FOR WEST POINT SCHOOLS (Type B). The type B unit shall consist of the following minimum specifications: Unit 'B'. Size: Building shall be 24' x 64', one story. Units shall be factory manufactured and shipped to the job site in three-dimensional form. Each unit shall be capable of resisting all dynamic vertical and horizontal forces applied during transportation and all static and live loads as required when installed at the site. Exterior: Detachable hitches, four axles per module, outriggers 4' o.c. Sides of structure shall be vinyl siding, color approved by the Government from not less than seven color chips. Color of trim and skirting shall match. Electrical: one 100 amp breaker box and one 150 amp breaker box, single phase, 1 "EMT stubbed through floor, 120V outlet receptacles, 8' min. o.c. Other Utilities: " EMT and pull wires for phone, fire alarm and LAN cable. Lighting: 4' 4-tube, diffused, fluorescent, recessed lighting fixtures (Minimum of 50 foot candles). Incandescent photoelectric light at each exterior door. Floors: 2" x 6" floor joists 16" o.c., " plywood decking, standard bottom board, R-19 fiberglass batt type insulation. Wall to wall carpeting. Low level loop, olefin back, minimum 20-oz. weight, color approved by Government. Walls: Height 8', 2" x 4" studs 16" o.c., R-11 fiberglass batt type insulation, " VGC gypsum. Dividing wall shall be soundproof, VGC gypsum, and have a personnel door for access between classrooms. Roof: Engineered roof system to provide clear spaces as rooms dictate, minimum of " ply sheathing, shingles, frame tie down, R-19 fiberglass batt type insulation, gutters with extended downspouts, splash blocks if discharge to non-paved areas. Ceiling: white " seaspray gypsum. Windows: Ten, 36" wide x 48" high, sliding with fiberglass screens, insulated, tinted glass with 1" aluminum mini-blinds, color to be approved by Government. Doors: Interior: one, hollowcore, painted; Exterior: four 36" x 80" steel to include frame with 10" x 10" window, drip cap, panic bar, closer and exterior locking deadbolt lock. Door closer shall be of a type which will allow the door to be locked in the open position. All hardware will be keyed on a master system. One key per lock and ten master keys shall be provided. Painted finish. Additional items: Unit 'B' shall consist of the following installed items: Two 4-ton air conditioner, through the wall, with adjustable fan speed; 15 kW heating strips; Two 4' x 12' dry erase marker boards with marker rails, tack strips and map rails with map hooks; Two 4' x 16' seamless " vinyl impregnated cork tack boards; Forty linear feet of 2" vinyl impregnated cork tack strips (location to be determined); Four single face exit lights with battery packs; Two emergency lights (battery pack with two bulbs); Two smoke/heat detectors; Two fire extinguishers, wall mounted, class ABC, 21#; A fire alarm pull box inside each door; An audio/visual fire alarm in each classroom. (vi) Additional pertinent information for all line items shall include the following: GENERAL: The contractor shall furnish all labor, materials, equipment, transportation, facilities, supervision and management, unless directed otherwise herein, required to furnish, deliver and set up three modular units at the Department of Defense, Domestic Dependents Elementary and Secondary School System, at the United States Military Academy, West Point, NY. Provide and deliver the new relocatable sections to the site as indicated on the attached drawing. The relocatables shall be connected into single weathertight units to be used as classroom spaces for elementary school students. The units shall be complete with lighting, heating, air conditioning, interior partitions where specified, windows, doors, emergency lighting and fire protection. Units shall be designed for use under all types of environmental conditions found at West Point, NY. At the end of the lease period the contractor will remove the units and restore the sites to their original conditions. SITE WORK: The contractor shall provide all materials and supplies necessary to perform the work as specified in the contract. Electrical connection will be provided to within 10 feet of the units. Contractor shall provide blocking/foundations/tie downs necessary to secure and support structures. Contractor shall supply platforms, steps, ramps, and railings for all entrances. Steps/ramps shall meet life/safety code requirements. Ramps shall not exceed 1:12 slope. (vii) Prices quoted shall be FOB destination. Delivery shall be completed within 90 calendar days after receipt of award. Delivery shall be made to: West Point School, Bldg. 705 & 705A, USMA, West Point, NY 10996. (viii) The Federal Acquisition Regulations (FAR) provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 1997), applies to this acquisition. Offerors shall include a completed copy of FAR 52.212-3 with its offer. (x) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 1996), applies to this acquisition. The following additional clauses cited in FAR 52.212-5 by reference are applicable to this acquisition: 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, Small Disadvantaged and Women-Owned Small 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; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.233-3, Protest After Award. (xii) The Defense Federal Acquisition Regulation Supplement (DFARS) provision at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 1997), applies to this acquisition. The following additional clauses cited in DFARS 252-212-7001 by reference are applicable to this acquisition: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act-North American Free Trade Agreement. (xiii) The following additional provisions/clauses are applicable to this acquisition: 52.225-11, Restrictions of Certain Foreign Purchases; 52.223-11, Ozone Depleting Substances. (xiii) Each Offeror shall review the preceding clauses and provisions incorporated by reference in paragraphs (viii) through (xiv) above and return a completed copy of FAR 52.212-3, DFARS 252.225-7035 along with their offer. (xv) The full text of FAR and DFARS provisions and clauses may be accessed electronically at these addresses: "http://www.arnet.gov/far", "http://farsite.hill.af.mil", "http://www.acq.osd.mil/dp/dars/dfars.html" or will be made available upon request. (xvi) Offerors are informed that any subsequent amendments to this solicitation will be issued as a CBD Notice. (xvii) Offers, including completed provisions, shall be submitted on or before 2:30 PM EST, September 8, 1999, to: Directorate of Contracting, CSDIV, Attn: Nancy E. Sloanhoffer, Bldg. 681, USMA, West Point, NY 10996. Faxed quotes will not be accepted. All responsible small business sources may submit an offer which will be considered. See Note 1. Posted 08/18/99 (W-SN369663). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0279 19990820\54-0002.SOL)


54 - Prefabricated Structures and Scaffolding Index Page