COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,2000 PSA#2667 Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 E -- MODULAR OFFICES SOL M00681-00-T-0561 DUE 082800 POC Rodolfo M.
Bellota 760 725-8453 WEB: bellotar@mail.cpp.usmc.mil,
bellotar@mail.cpp.usmc.mil. E-MAIL: bellotar@mail.cpp.usmc.mil,
bellotar@mail.cpp.usmc.mil. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in 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. The
Solicitation Number is M00681-00-T-0561 and is issued as a Request for
Quotation (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-19 and Defense Acquisition Circular 91-13. The Standard Industrial
Code is 2452 and the business size standard is NTE 100 employees.
Furnish and install modular offices (guard shacks) at Marine Corps
Base, Camp Pendleton, CA. This requirement is for a fixed price
contract. To be in accordance with the following specifications: Color:
Exterior -- white; Interior -- beige. Door to be pre-hung and have
metal "C" channel edges and a tempered/safety glass window (26"W X
34"H) with the front and back of the door to match the wall color and
have a silver colored key lock (schlage) if indicated. Windows to be
44"W X 40"H and have tempered/safety glass. All windows to include the
door window, to be level at the bottom/ at the same height off the
floor; walls to be 2" thick with hardboard on the inside and aluminum
on the outside. All connecting posts, except corners, are to be hollow
electrical raceways; provided sloped roof with applicable quantity of
rain gutters; pre wire/cold wire required no modular wiring accepted,
must be able to relocate or add additional duplex outlets. No wiring
or conduit is to be exposed/be visible, wiring is to be in vertical
electrical raceways and in at least flexible conduit above the drop
ceiling. All wiring must be in accordance with the National Electrical
Code (NEC). Provide applicable quantity of fluorescent light fixtures
(four bulb with electronic ballest) and T-8 bulbs, etc-see attached
drawing; provide applicable size HVAC 220V unit (18,000 BTU minimum);
provide and install standard VCT floor tile-government to pick from
available colors. Install office on a fork liftable steel base with
1-1/8" tongue and groove (T&G) plywood floor. See subclins for sizes
and locations. 1) Location: near Bldg. 22151 dimensions: 12'D X 24'W X
8'H (7'6" to drop ceiling) 2) Location: Bldg. 22148 dimensions: 12'D
X 20'W X 8'H (7'6" to drop ceiling) Contractor requesting drawing can
call (760) 725-8453/3122. Please contact Sgt Bellota or Sgt Bente.
Award will be made on the basis of best value to the Government
considering price, delivery and past performance. Delivery will be to
AC/S LOGISTICS, Bldg. 22151, Marine Corps Base Camp Pendleton, CA. The
provision at FAR 52.212-1, Instructions to Offerors -- Commercial
Items applies. Offerors are required to complete and include a copy of
the following provisions with their proposals: FAR 52.212-3, Offeror
Representation and Certifications -- Commercial Items; DFARS Clause
252.212-7000, Offeror Representations and Certifications -- Commercial
Items and addendum clause DFARS 252.225-7035, Buy American Act --
North American Free Trade Agreement Implementation Act -- Balance of
Payments Program Certificate. FAR clause 52.212-4, Contract Terms and
Conditions Commercial Items applies to this purchase. FAR Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items applies with the following
applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity;
FAR 52.222-35, Affirmative Action for Special disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
and FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable to paragraph (b): DFARS 252.225-7007,
Trade Agreements; DFARS 252.225-7012, Preference for Certain Domestic
Commodities; DFARS 252.225-7036,North American Free Trade Agreement
Implementation Act; and DFARS 252.247-7024, Notification of
Transportation of Supplies by Sea. Any contract awarded as a result of
this solicitation will be a DO rated order certified for national
defense use under the Defense Priorities and Allocations System. Offers
must be received no later than 4:00 PM, PST, 28 August 2000. Offers
sent via the US Postal Service should be mailed to the Contracting
Office, USMC, P O Box 1609, Oceanside, CA 92051-1609. All offers not
sent through the US Postal Service will be considered to be hand
carried and direct delivered. Hand carried offers must be delivered to
and placed in the depository located in Building 22180, Contracts
Division, Camp Pendleton, CA. Direct delivery of offers is only
possible during weekdays, excluding federal holidays, between the hours
of 7:00 am and 4:00 pm. Offers may also be submitted via facsimile
number (760) 725-8445, Attn: Rodolfo M. Bellota. This procurement is
prepared utilizing Simplified Acquisition Procedures. Posted 08/16/00
(W-SN487012). (0229) Loren Data Corp. http://www.ld.com (SYN# 0037 20000818\E-0001.SOL)
| E - Purchase of Structures and Facilities Index
|
Issue Index |
Created on August 16, 2000 by Loren Data Corp. --
info@ld.com
|
|
|