Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

78 -- Stainless Steel Commercial Spa

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DABK33-03-T-0086
 
Response Due
8/21/2003
 
Archive Date
10/20/2003
 
Point of Contact
Donna Dechert, 210-221-4061
 
E-Mail Address
ACA, Fort Sam Houston
(donna.dechert@cen.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. Stainless Steel Commercial Grade Spa, 1 each. Statement of Work: Contractor shall remove window to the pool area of the Jimmy Brought Fitness Center and remove two wood frame fiberglass spas, approximately 6 ft x 6 ft and 3 ft deep. Contractor shall dis pose of the two spas in a location off Fort Sam Houston in accordance with Federal, State and Local regulations. Contractor shall deliver one Natare or equivalent to, 16 gauge T-304 stainless steel spa with carbon steel support structure, one piece unit, 3 ft 6 inch deep, 6 ft 6 inch x 12 ft or a size sufficient enough to seat 6-8 people comfortably. If an or equal is offered, Contractor shall provide a copy of the manufacturer brochure and specifications with their offer. Contractor shall install stainl ess steel spa in the same location per manufacturers instructions and insure spa is working properly before leaving site. Contractor shall replace window to the pool area. Spa shall include the following, as a minimum, in the appropriate size and quantit y per the manufacturers recommendations. Additional items necessary to complete the installation for the operation of the spa shall be included as required: 1 each Skimmer, 2 each Hydrotherapy Suction Boxes, 2 each Drains, 1 each Auto Chlorinator, 1 each Circulation Pump, 12 each Adjustable Jets, 12 each Inlet Couplings, 1 each Commercial 11kw Heater, 1 each 300 SF Cartridge Filter, 2 each 2hp North Star Pump, 1 each Stainless Steel Handrail, 1 each Rail Anchor, 3 each Entry Steps, 1 each 18 inch Perimet er Bench, 1 each AS-timer Control, 1 each Imitation Epoxy Wood Skirt, 2 Copies of the Operation and Maintenance Manuals, and 2 Copies of the Standard Commercial Warranty. Contractor shall restore area to its original condition. All trash resulting from i nstallation shall be removed and disposed of off Fort Sam Houston in accordance with Federal, State and Local Regulations. Contractor shall be responsible for the security of their own equipment and materials during the installation. Contractor shall be responsible for the actions of its employees and for any damages to Government property. Responses should reference Request for Quotation Number DABK33-03-T-0086. This synopsis/solicitation document incorporates the provisions and clauses that are in eff ect through Federal Acquisition Circular 97-02. This is a 100% Total Small Business Set-Aside. The recommended North American Industry Classification System Code (NAICS) for this procurement is 2429 with a corresponding size standard of 500 employees. T he following FAR provisions apply to the acquisition: FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Term s and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and FAR Clause 52.219-6, Notice of Total Small Business Set-Aside. The following clauses cited in FAR 52.21 2-5 are applicable to this acquisition: FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-19, Child La bor-Cooperation with Authorities and Remedies; FAR 52.225-1, Buy American Act-Supplies; FAR 52. 225-3, Buy American Act-North American Free Trade Agreement-Israeli Act, Alternate 1; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; and FAR 52.232-33, Payment by Electronic Funds Tra nsfer-Central Contractor Registration. Full text of provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. FAR Clause 52.212-3 must be completed and included with offer. Mail offers on company letterhead to the Directorate of Contracting, 2107 17th Street, Building 4197, ATTN: Donna Dechert, Fort Sam Houston, Texas 78234-5015.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK33/DABK33-03-T-0086/listing.html)
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00395704-F 20030809/030807223631 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.