Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS

E -- COMMERCIAL PROCUREMENT OF THREE MODULAR BUILDINGS

Notice Date
August 3, 2001
Contracting Office
BLM, BC-660, Bldg #50, Denver Federal Center, P.O. Box 25047, Denver, CO 80225-0047
ZIP Code
80225-0047
Solicitation Number
NAQ010140
Response Due
September 4, 2001
Point of Contact
Steve Santoro, 303-236-3518
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with FAR Part 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. This requirement is being issued as a Request for Quotation, solicitation number NAQ010140. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 (25 Jun 2001) and in Department of Interior Acquisition Regulations. Quotations are due by 2:00 PM local time September 4, 2001. Facsimile bid quotations will not be accepted. This specification covers the requirements for three modular homes, including all materials, equipment and labor required for delivery and complete installation: Line Item 0001 MODULAR HOMES: Three homes, delivered and installed at the seasonal housing location for the Bureau of Land Management in Glennallen, Alaska, PO Box 147 (location: 1/4 mile off the Glenn Highway milepost 186.5 (approx. 250 mile north of Anchorage)). Trailers will not be allowed. Upon completion of this contract the homes will be fully operational. Each of the three gravel pads have the utility lines (sewer, water, electric, and phone) stubbed to center outside side of each (36 ft by 60 ft) gravel pad. Each modular home will have four bedrooms, two bathrooms, one kitchen, and one living/dining room as a minimum. The total approximate square footage for each home is from 1600 to 2100 square feet per home. INSULATION: The manufacturer's standard materials and construction techniques shall be used, however, the maximum thermal insulation for energy conservation shall be provided. The roof shall be insulated to a minimum R-30 rating. The walls and floor shall be insulated to a minimum R-19 rating; ROOF: Shall be constructed to support a live load of 65 psf. The roof shall have a minimum pitch of 3 ' vertical to 12' horizontal. A minimum manufacturer's limited warranty of 20 years will be required. Metal or asphalt shingles are desired; WINDOWS: Shall be the manufacturer's standard dual glazed energy conserving units. Preference will be given to paint free windows. Window units shall be operable and furnished with removable insect screens; INTERIOR FINISHES: Shall be the manufacturer's standard materials. The kitchens, baths, entries, and utility room floors shall be no wax resilient sheet vinyl flooring. All other floors shall be stain resistant nylon carpeting. Wall finishes shall be vinyl wall covering or paneling. All colors shall be earth tones and compatible with each other, to be selected by the Government from the manufacturer's standard range. The ceiling shall be standard white, stain resistant material; EXTERIOR FINISHES: Shall be the manufacturer's standard materials. Preference will be given to exterior surfaces of vinyl, metal or paint free siding. The colors will be selected by the Government from the manufacturer's standard range; HEATING AND VENTILATING: The heating shall be electric baseboard type with separate control zones for each bedroom, bath, kitchen and living rooms; ELECTRICAL SYSTEM: The water heater, range and HVAC equipment shall be capable of operating on a standard nominal 120/240 volt, single phase circuit. The electrical service shall be 200 amperes; VERMIN PROOFING: The bottom of the floor system shall be covered with an appropriate material and sealed to prevent the entrance of rodents and insects; DATA PLATE: The data plate shall include the roof live load in psf, and the R-values for the floor, walls, and ceiling; SKIRTING: Continuous skirting shall be provided around the base of the mobile homes to prevent entry of vermin and ventilate to provide net area of 1 ft2 for each 150 ft2 of floor area. Openings shall be located as close to corners as practical and shall provide cross ventilation. Locate openings along the length of two opposite sides and cover with galvanized mesh having 1/4-in. openings. Material and finish shall match body sidewall construction. Two removable access panels approximately 30 in2 shall be provided. The skirting shall be installed after the homes are set in place; APPLIANCES: Fire Safety, Plumbing, Heat Producing Equipment, Electrical Equipment and Installations shall be listed or labeled by an approved testing or listing agency; The electrical appliances to be included are the following: clothes washing machine, clothes dryer, 40 gal or larger water heater, range with oven and 18 cu. ft. or larger refrigerator. All appliances shall be the same color, to be selected by the Government from the manufacturer's standard range; KITCHEN: Full kitchen with wood base and wall cabinets. Counter tops shall be plastic laminate. A double bowl stainless steel sink shall be provided; BEDROOMS: Each modular home shall have 4 equal sized bedrooms, two located at each end of the unit; BATHROOMS: Two bathrooms per modular home. Each bathroom shall have one full size standard tub with shower. Provide a tank type toilet, lavatory, base cabinet, and wall mounted medicine cabinet with mirrored door above the lavatory. All fixtures shall be the same color, to be selected by the Government from the manufacturer's standard range. Shall be approximately equal in size and orientated to provide use for two bedrooms per bathroom; ACCESSIBILITY: Steps shall be metal and non-slip, perpendicular to the entrance ramp. Metal handrails shall be installed on both sides at exterior doors. Access Ramps shall have slopes and landings in accordance with ADA requirements for accessibility. Wood handrails shall be constructed on both sides of the ramps and along the exterior edge of the landings ramps and handrail. As a minimum one access door, one bedroom, one bathroom, the kitchen, and dining room shall meet the requirements of the Americans with Disabilities Act (ADA) for access; INSTALLATION: The mobile homes shall be set up on an existing gravel pad. Work will include installing a standard structural foundation that is commercially available for the mobile homes that allows for elevational adjustments as necessary on permafrost ground. The existing gravel pads are approximately 12mx20m (36 ft x 60 ft). All utility connections (sewer (4" HDPE), water 2" copper, electric, and phone)) shall be complete and functional. The homes shall be adequately anchored to the pad as needed (example: 4 auger type anchors fastened with steel straps and tensioned). Surfaces shall be cleaned of foreign matter with cleansing agents suitable for the surfaces on which they are used; WARRANTIES: Supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services. The Contractor shall require all warranties to be executed, in writing, for the benefit of the Government; SUBMITTALS: The Contractor shall submit to the Contracting Officer the following submittals: 3 copies of the following: proposed floor plans for each mobile home, list of equipment and appliances to be furnished and installed, color samples for the appliances, fixtures and interior/exterior finishes. Submittals shall be either blue line or black line prints on a white background; DELIVERY: The successful offeror shall notify the Contracting Officer 5 working days prior to scheduled delivery of the mobile homes. The approximate delivery and installation date for the three homes is May 1, 2002. Upon completion of this work the mobile homes shall be fully operational and accessible to the government. The mobile homes and setup of each home shall comply with all applicable City, State, County and Local Codes. The pad location will have setup out for electric, phone, sewer, and water. Delivery shall be F.O.B Destination, Glennallen, Alaska with inspection/acceptance at destination. The provisions at FAR 52.212-1 Instructions to Offerors -- Commercial and FAR 52.212-4 Contract Terms and Conditions -- Commercial Items apply to this acquisition. Offerors must submit a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. This acquisition will be evaluated in accordance with FAR 52.212-2 Evaluation -- Commercial Items. As prescribed in FAR 12.301(c), the provisions the Government will award this solicitation will result from the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price; (2) Home Requirements (Insulation, flooring, windows, warranties, exterior surface, appliances); (3) Home Floor Plans/Orientation (Bedrooms/bathroom orientation, utilities, hook-ups, accessibility); (4) Quality (Appearance, years of experience, longevity, operation and maintenance costs, construction materials); 5) Delivery (Capability, installation, foundation plans). The offeror may obtain all FAR regulations referred to in this synopsis at http://www.arnet.gov/far/. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received on or before September 4, 2001at 2:00 PM Mountain STD time to Bureau of Land Management, National Business Center, Denver Federal Center, Building 50, P.O. Box 25047, Denver, Co, 80225-0047, Attn: Steve Santoro (BC-660). Questions regarding this solicitation can be addressed to Steve Santoro at (303) 236-3518.
Record
Loren Data Corp. 20010807/ESOL001.HTM (W-215 SN50T9J1)

E - Purchase of Structures and Facilities Index  |  Issue Index |
Created on August 3, 2001 by Loren Data Corp. -- info@ld.com