Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

54 -- FRAME SUPPORTED TENSION FABRIC STRUCTURE

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403T1047
 
Response Due
9/3/2003
 
Archive Date
10/3/2003
 
Point of Contact
ED BROWN 619-532-2574 ED BROWN 619-532-2574
 
E-Mail Address
Email your questions to Contracting Officer
(glenn.e.brown@navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13.5 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement consti tutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-03-T-1047 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 3448 NAICs #332311 And the business size standard is 500 employees The agency need is for: 12 Each, Frame-Supported Tension Fabric Structures 42?X50?X23? and for 6 Each, Frame-Supported Tension Fabric Structures 47?X113?X23? specifications are as follows: Specification for 12 Each, Frame-Supported Tension Fabric Structures 42?X50?X23? General The structure shall be a clear span, frame supported, tension fabric struct ure of modular design with flat ends and roll-up type warehouse doors on each end. There are to be no internal posts or supports. The structure shall be a pre-engineered kit requiring no on-site fabrication or welding to install or relocate. This applies to both structural frame components and fabric. The structure shall be fully relocatable, allowing for disassembly and reuse of all components (except anchors) without additional fabrication or welding of structural components or fabric. Dimensions Because of the equipment ingress and egress requirements of SEABEE CESE equipment, the structure shall have the following external dimensions (within 0.25 feet): Width: 42 feet Center height: 23 feet Length: 50 feet Eave height: 14 feet Frame Specs Frame shall consist of a series of identical arches, with connecting purlins and cables. The arches shall have r ounded eaves and ridge. Frame components for the arches shall be an ?I-beam? design made from extruded corrosion-resistant, lightweight 6061-T6 structural grade aluminum. The extrusion for the arches shall have integral inner and outer rope edge channels to accommodate exterior (weathershell) and interior (liner) tension fabric panels. The extrusion shall be designed to allow rapid attachment or relocation of lighting, rigging and other accessories without drilling or welding. Interchangeability/Modularity. Structural components shall be such that like components can be exchanged within or between like structures. Purlins and shear cables shall be located on the inside of the fabric weathershell. Arches shall be assembled on the ground and tilted up to position after attachment to base plates utilizing a hinge-pin design. All structural fasteners shall be chrome stainless steel SAE 51420. Anchor bolts shall conform to ASTM A325 or ASTM A193, Grade B7. Tek screws and other non-structural attachments shall be of standard commercial quality and finish. Structure shall be capable of being equipped with an optional ?high wind kit? for additional anchoring in extreme conditions, which shall not require welding or drilling into the frame. Anchoring Specs The structure shall be designed for installation on a concrete surface using Hilti-style anchors for concrete. The number, size and strength of the anchors shall be adequate for the wind and roof load requirements. One set of anchors for concrete shall be included. The structure shall also be capable of installation on an earth or asphalt surface using ?Duckbill? type anchors. One set of earth/asphalt anchors shall be included. Fabric Specs Weathershell fabric shall be a flame resistant (as defined under NFPA 701) PVC material weighing at least 24 oz/yd2 and strong enough to meet the performance characteristics required of the structure. The exterior color of the fabric shall be tan, and the interior color shall be white. The fabric shall be opaque (black out). Fabric panels for the bays of the structure shall be designed so the installation and removal can be accomplished with all personnel on the ground. The fabric panels shall become integral with the frame during installation so that unexpected winds during installation cannot ?sail? the fabric away from the frame. To allow for relocation of the structure after the initial installation, fabric welding or heat-sealing shall not be permitted during installation. Weathershell fabric panels and optional inner liner fabric panels shall be capable of being installed, replaced or removed individually with the structure erected and operational. Personnel Doors The structure shall include 2 doors (one double personnel door on one side, and one single personnel door on the other side) equipped with exit hardware. (see drawing for placement of doors) End Door System Each structure end will be equipped with a large roll-up warehouse type door, allowing large vehicle access to the interior. Electrical System The structure shall include a relocatable 60 Hz / 240 V / 3Phase electrical system consisting of a distribution panel, two (2) 400W metal halide lights, ten (10) 20A 125V duplex receptacles. Accessory Options (Priced Separately) Installation kit, consisting of a power anchor driver (and related drive rods), a concrete anchor drill (and related bits), pulley blocks, winches, ladders, props, panel installation gear and all ot her tools needed to erect or strike the structure. Relocation kit consisting of two (2) sets of anchors for earth/asphalt, two (2) sets of anchors for concrete and a fabric repair kit. High Wind Kit Delivery Price quote must include delivery to ACB-1, Coronado CA. Specification for 6 Each, Frame-Supported Tension Fabric Structures 47?X113?X23? General The structure shall be a clear span, frame supported, tension fabric structure of modular design with a full-width, electric winch-operated door at each end of the structure on five of the structures, and flat face ends with warehouse type roll up doors on both ends of the 6th. There are to be no internal posts or supports. Otherwise same as spec above. Dimensions Because of the equipment ingress and egress requirements of SEABEE CESE equipment, the structure shall have the following external dimensions (wi thin 0.25 feet): Width: 47 feet Center height: 23 feet Length: 113 feet Eave height: 14 feet Frame Specs Same as spec. above. Anchoring Specs Same as spec. above. Fabric Specs Same as spec. above. Personnel Doors The structures shall include 4 personnel doors (one double personnel door and one single personnel door on each side) equipped with exit hardware. (see drawing for placement of doors) End Door System Five structures end will be equipped with a large door, allowing large vehicle access to the interior. The sixth structure will be equipped with flat ends and roll up warehouse doors on each. Electrical System The structure shall include a relocatable 60 Hz / 240 V / 3Phase electrical system consisting of a distribution panel, two (2) 400W metal halide lights, ten (10) 20A 125V duplex receptacles. Accessory Options Same as spec. above. Delivery Price quote must include delivery to ACB-1, Coronado CA. PRICING: Quotes should price basic structures and accessories separately. For example: Item 0001 Basic Structure $XXXXXX Item 0002 High wind Kit (Accessory) $XXXXXX Shipping should be included in the base unit price or clearly identified as a separately priced line item. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 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 Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on 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 for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, 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. The government reserves the right to make either a single or split award for the above noted structures. Award will be made to the responsible offeror whose offer is the most advantageous to the government considering price and non-price-related factors. (non-price-related factors are technical capability, past performance, delivery etc.) 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (I) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT (ii) PAST PERFORMANCE (iii) PRICE Offerors' proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum technical requirements required by Factor (i) will be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, Factor (ii) is approximately equal to Factor (iii), PRICE. At the discretion of the Contracting Of ficer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY OF PROPOSED ITEM TO MEET THE REQUIREMENT, Factor (i), will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, Subparagraph (b)(4) which is incorporated by reference in this solicitation. Offerors' technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors' technical information, will be evaluated as technically acceptable or technically unacceptable. Offers which are determined to be technica lly unacceptable may not be considered further for award. (c) Offeror's PAST PERFORMANCE information submitted as required by FAR Clause 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS , Subparagraph (b)(10), will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. PAST PERFORMANCE information should be provided on the form provided as an attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any Offeror's proposal which ha s no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. Relevant Past Performance in this instance is defined as prior experience with the Department of Defense and more specifically but not limited to the U.S. Navy, where similar structures have been provided. The Contracting Officer will evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction base d upon offeror's past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror's past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror's past performance. (d) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within th e time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / a vailability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, PRODUCT LITERATURE MUST BE INCLUDED. All FAR certifications and representations specified above must also accompany your quote. QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 03 Sep 2003 . Offers will be accepted via fax (619-532-1088) or via e-mail (glenn.e.brown@navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. To obtain a copy of the government?s drawings identifying door placement, please email a request to the address above and a pdf attachment will be sent to you. PAST PERFORMANCE DATA SHEET: OFFEROR'S PAST PERFORMANCE DATA N00244-03-T-1047 COMPANY NAME: ADDRESS: CONTACT NAME: TELEPHONE: TELEFAX: 1. This Performance Data is to be used to evaluate your Company's past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. CONTRACT NUMBER FOR REFERENCE #1: a. AWARDED BY: b. ADDRESS: c. CITY/STATE/ZIP: d. CONTACT NAME: e. TELEPHONE/FAX: f. CONTRACT T YPE: g. ITEM DESCRIPTION: h. QUANTITY: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes No* Were all items delivered within the original contract schedule? m. Yes* No Have your Company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss th e success of the corrective actions taken. NOTE: OFFEROR?S TO COMPLETE THE ABOVE FORM FOR THREE SEPARATE PRIOR CONTRACTS.
 
Web Link
NECO HOME
(http://www.neco.navy.mil)
 
Record
SN00409085-W 20030823/030821214139 (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.