Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS

54 -- GUNNISON MODEL PRECAST CONCRETE TOILETS

Notice Date
September 7, 2000
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACW05-00-Q-0194
Response Due
September 15, 2000
Point of Contact
Niki Haas, 916-557-7027
Description
This is a combined synopsis/solicitation for commercial item and incidental installation in accordance with format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ No, DACW05-00-Q-0194). The solicitation clauses and provisions are those in effect through Federal Acquisition Circular 97-19. The Standard Industrial Classification (SIC) Code for this acquisition is 3272. This requirement is unrestricted and is not set-aside. The size standard for small business for this SIC Code is 500 employees. Direct quote and questions to the Contract Specialist: ATTN: Ms. Niki Haas, Army Corps of Engineers, CESPK-CT-A, 1325 J Street, Sacramento, CA 95814, Phone: 916/557-7027, Fax: 916/557-7854, E-mail: nhaas@spk.usace.army.mil (Compatible with Microsoft Office 2000 and earlier versions). Contact the contract specialist to have the vicinity and site map transmitted via fax or in a Word document via e-mail. The Sacramento Army Corps of Engineers has a requirement to purchase and install three (3) Gunnison model precast sweet smelling concrete toilet buildings. Furnish all necessary labor, equipment, materials, supplies, permits, transportation and supervision required to accomplish this request. Two each vault toilets will be for the Oak Knoll Campground and one each vault toilet will be for Rocky Point. Work shall take place at New Hogan Lake, CA., at the location directed by the Park Manager. Point of Contact at New Hogan Lake: Mr. David Chubon, Phone: 209/772-2527. Work shall be performed in accordance with the contract clauses, provisions and specifications. Offeror may provide brand name or equal comparable to the Gunnison Model of a Toilet Building constructed by CXT Precast Products Division, Spokane, WA 99214. Model information can be found on CXT's website: http://cxtinc.com. BRAND NAME OR EQUAL SALIENT CHARACTERISTICS (IAW DFARS 211.270-1(a)(5)) The salient characteristics of the brand name or equal requirements are as set forth below: The single vault toilet buildings are designed to meet or exceed the effects of a Zone-4 earthquake, a 120-mph wind load and a 350-pound per square foot snow load. The Gunnison Single vault Toilet Building has a 60" turning radius within the Toilet Room and exclusive of all fixtures, walls and door. Standard Features include the following. 60 " Turning Radius, Cast Metal Door Stop, Meets Current ADA, U.F.A.S. & Title 24 statutes of California requirements, 1/4" Thick Translucent Lexan Windows, Sweet Smelling Technology Design, Specified Min 28 Day Strength 5000 PSI, 4" Thick Steel Reinforced Concrete Walls, Signs Secured with Positive mechanical Tamper proof Components, Concrete Simulated Barnwood Integrally Colored Wall Panels, 100% Acrylic Water Based Commercial Grade Painted Interior (white color 2 coats), Concrete Simulated Shake Roof Panels, One coat of Oil Based Primer and Two Coats of Alkyd-Oil Based Enamel Painted Doors in Brown Color, Coat Hook, 18 Gauge Steel Doors, Stainless Steel Hospital Style Door Frame Stop Brush Type Door Sweep, 12.75" Diameter Black Unpainted Polyethylene Plastic vent Pipe, Full Length, Full Width vault units, Schlage Heavy Duty Lock Set, 1,000 Gallon Capacity Vault, Lockable Double Roll Type Toilet Paper Holders, One Piece ABS Vault Liner, with verticle Dovetail Embeds, Cross Linked Polyethlene Handicap Vault Toilet Riser, Heavy Duty Seat and Cover Assembly, Stainless Steel Grab Bar, Color (Western Wheat), Paint touch up kit. Accelerated delivery is acceptable at no additional cost to the Government if the Government affirms that site preparation is complete and units may be delivered. SPECIFICATIONS 1. Materials. Gunnison Single Vault, Precast Concrete Toilet Building with Sweet Smelling Technology Design. Includes all standard features on attached specifications including 1000 gal Vault, concrete privacy screen, simulated wood shake roof, barnwood texture and ABS vault liner. Color shall be Western Wheat. Also includes Paint Touch-up kit. 2. A site showing will be held one week prior to the date quotes are due. To attend, please contact the park manager at 209/772-1343 for location and additional information. 3. Site Installation. Contractor shall adhere to attached specifications, "Backfill and Site Grading for Precast Concrete Vault Comfort Stations." Piped water is not available at the site. 4. Invoicing. Payment will be made upon completion of all specified work and acceptance by the government. Vendor shall submit invoices in QUADRUPLICATE to USACE Finance Center, ATTN: CEFC-AO-P, 5720 Integrity Dr., Millington, TN 38054-5005. One copy of the invoice shall be submitted to the Park Manager, New Hogan Lake, 2713 Hogan Dam Road, Valley Springs, CA 95252-0128. BACKFILL AND SITE GRADING FOR PRECAST CONCRETE VAULT COMFORT STATIONS. PART 1-GENERAL. 1.01 Scope -- This item shall consist of backfilling, and site grading for precast concrete vault comfort stations. 1.02 Measurement and Payment -- measurement shall be the number of precast concrete vault comfort stations installed, including backfill, and site grading. PART 11 -- PRODUCTS. 2.01 Backfill and Embankment Material -- Backfill and embankment material shall be loam, sandy clay, sand, gravel, soft shall, or other suitable material free from brush, perishable material, dirt clods, rocks, or boulders larger than six inches in greatest dimension, or frozen material. Backfill and embankment within six inches of concrete shall contain no rock larger than two inches and no rock two inches or larger shall lie closer than six inches to the ground surface. Backfill and embankment material shall be excavated material whenever it meets specification requirements. Whenever excavated material contains less than 10 percent of oversized material, the Contractor will be required to remove boulders larger than 6" from the excavated material as no additional compensation and utilize it as backfill material. Whenever material meeting the specification requirements is not available from excavation, the Contractor will be required to import material from a designated or approved source. 2.03 Select Borrow -- When excavated soil does not meet the requirements for backfill, and Contractor shall backfill with select borrow where directed. 2.04 Washed Gravel Leveling Course -- Gravel shall be 2" minus, washed, crushed rock from a private or commercial source. Six inches of washed gravel shall be used as a leveling course beneath the concrete vault. PART III -- EXECUTION. 3.01. Backfill, and Site Grading. Backfill and Embankment Operations- Backfill will be permitted only after the work to be covered has been approved by the Contracting Officer's Representative. Backfill and embankments shall be layered placed 8-inches thick (loose measurement) and compacted with three complete passes of an approved vibratory compactor. 3.07 Finish Grading- All surfaces and slopes shall be shaped to blend with the original ground line, mounded over or smoothed off, hand raked, and left in a uniform and neat condition. Surface drainage shall be diverted so that it will not enter into the area. 3.08 Cleanup- After backfill and grading have been completed, the disturbed area shall be finished to present as near a natural appearance as possible and cleaned up by removing all debris and materials not utilized. Cleanup shall include disposal of waster materials in accordance with the direction of the park manager. Stockpile topsoil shall be smoothly distributed over disturbed areas and hand raked to blend with ground line. 3.08 Cleanup- After backfill and grading have been completed, the disturbed area shall be finished to present as near a natural appearance as possible and cleaned up by removing all debris and materials not utilized. Stockpile topsoil shall be smoothly distributed over disturbed areas and hand raked to blend with ground line. The Government will have the site prepared prior to delivery and installation of the units. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors Commercial; 52.212-3 Alternate III, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. All responsible sources that can provide and meet the above requirement and wish to quote shall submit written quotations by mail or fax (916/557-7854). Evaluation/award will be based on the lowest priced quote which is technically acceptable. All quotes shall include prices, FOB Destination, a point of contact's name, phone and fax numbers, GSA contract number (if applicable), delivery date, business size, payment terms, Commercial and Government Entity (CAGE) Code, Facility Code (if applicable), DUNS Number, and fill-in information requested in Provision 52.212-3 Alternate III, Offeror Representations and Certifications -- Commercial Items . CCR registration shall be required for responsive determination (See below for CCR information). Quotes submitted in response to this solicitation shall be submitted by September 15, 2000 at 4 p.m., Pacific Standard Time, to the above address or via fax. The Government will award a purchase order resulting from this solicitation. FAR provisions can be found at the following website: http://www.arnet.gov. IMPORTANT: Offerors are cautioned that lack of registration in the CCR database will make an offeror ineligible for award. (The full text of this provision is included in the Department of Defense FAR Supplement (DFARS) at 252.204-7004.) In order to receive a contract award/order from a DoD activity the contractor must be registered in CCR (Central Contractor Registration). This rule took effect on 1 Jun 98. The CCR can be accessed through the web at: http://www.ccr.dlsc.dla.mil. 1. Click on the "INSTRUCTIONS" button. 2. At the next screen, select "http://www.ccr2000.com/handbook.cfm". 3. At the next screen, either download a registration handbook in PDF (Adobe Acrobat Reader) format, or select "Getting Registered". Questions regarding registration or the Registration Handbook should be directed to the CCR Assistance Center at 888/227-2423 or 616/961-4725. Since it may take approximately a week to have your registration processed, it is important to register immediately (if not already registered). If the offeror also needs a CAGE Code, one will be assigned through CCR upon registration. However, this will delay processing considerably. A CAGE code is needed prior to award. See Note 23.
Record
Loren Data Corp. 20000911/54SOL001.HTM (W-251 SN494315)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on September 7, 2000 by Loren Data Corp. -- info@ld.com