SOLICITATION NOTICE
54 -- Engineering and Installation of a Precast Concrete Electronic Equipment Shelter.
- Notice Date
- 12/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-T-0004
- Response Due
- 12/11/2003
- Archive Date
- 2/9/2004
- Point of Contact
- Michael McDaniel, 928-328-6356
- E-Mail Address
-
Email your questions to ACA, Yuma Proving Ground - DABK41
(Michael.McDaniel@yuma.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 the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented with add itional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular (FAC) 2001-16 dated 1 Oct 2003 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20031114. It is anticipated that payment will be made by Government Visa Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 327390 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Regi stration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The proposal shall consist of one Contract Line Item Number (CLIN 0001), Quantity 1, Unit of Issue: Each, Description: PRECAST CONCRETE ELECTRONIC EQUIPMENT SHEL TER 12 FEET X 16 FEET X 10 FEET, WITH THE FOLLOWING SPECIFICATIONS: SECTION C, ELECTRONIC EQUIPMENT SHELTERS DESCRIPTION, SPECIFICATIONS, AND STATEMENT OF WORK: (drawing is available on the US Army Contracting Agency Yuma Website www.yuma.army.mil/contract ing/rfp.html) C.1. GENERAL: This project is for the engineering and installation of a 12 feet x 16 feet x 10 feet commercially available precast concrete electronic equipment shelter with preinstalled electrical and mechanical systems. The shelter will b e installed on Yuma Proving Ground. The shelter shall meet or exceed all the following specifications. The shelter shall comply with Zone 4 earthquake ordinances. C.2. PURPOSE: The shelter will provide a safe environment to house delicate electronic and communication equipment at remote sites on Yuma Proving Ground. C.3. SCOPE: The contractor shall engineer, fabricate, furnish, deliver, and install on site, a completed, fully operational, turn-key equipment shelter to YPG, based on the information provide d. Contractor shall provide all necessary personnel, supervision, tools, equipment, transportation, material and hardware for the fabrication and installation of the shelter. All applicable fire and safety codes shall be met. C.4. COMMERCIAL POWER: There m ay be no commercial power available at the time of installation, therefore, it is the responsibility of the contractor to provide the power needed for the shelter installation. If commercial power is available, it may be used for shelter installation. Th e Government will connect the shelter to commercial power. C.5. PARTS LIST: Contractor shall provide a listing of all parts for the shelter and preinstalled equipment. C.6. PRINTS: Contractor shall provide blueprints, specifications and descriptions of wor k for shelter, preinstalled electrical and mechanical equipment for approval prior to fabrication. All design and analysis calculations shall be signed and stamped by a certified engineer and shall conform to the most stringent standards applicable to sai d fabrication. C.7. SCHEDULE: Delivery shall be coordinated with the Contracting Officer (KO) and/or Technical Representative (COTR). Advance notification of delivery is required. The contractor is responsible for transporting the shelter to the final de stination. The drivers for the contractor should be experienced in hauling heavy concrete shelters and/or heavy equipment to remote sites. Contractor shall provide a crane and crane operator for off loading the shelters and equipment at the final shelter destination. The contractor must also provide off-loading, supervision, and rigging (spreader bar, straps, etc.). C.8. HANDLING: Delivery and inventory of all materials and equipment shall be the responsibility of the contractor. Replacement of damaged or missing item(s) shall be with the same part number. C.9. INSTALLATION: The Contractor will be notified of any testing being conducted on the ranges that may re sult in down time. If the Government delays the installation, the Contracting Officer will adjust the completion date accordingly. At most remote installation sites bathroom facilities are not available. C.10. ACCESS: This shelter site is located in very remote area and is very difficult to reach. This area is accessible by two wheel drive vehicles, however, passenger cars are not recommended. The possibility of being stuck in the sand and/or desert does exist. It is the responsibility of the contracto r to furnish all necessary equipment and/or tow vehicles to secure the release of stuck equipment/vehicles. C.11. CLEAN UP: Contractor is responsible for the removal of all debris, excess hardware, materials and trash related to the delivery and setup of t he shelter. The shelter site will be inspected by the KO/COTR and must pass inspection. Installation is not complete until shelter and job site passes final inspection. Non hazardous materials may be placed in the YPG dump. Contractor shall be responsi ble for the on-site dumpster if any is required. C.12. GENERAL CONSTRUCTION SPECIFICATIONS: (See drawing at www.yuma.army.mil/contracting/rfp.html). C.12.1. SIZE: Shelters are a one-room design. The shelters outside dimensions are: twelve feet in width, si xteen feet in length, ten feet in height. C.12.2. FOUNDATION DESIGN: YPG will install footings per contractors design specifications. Contractor shall provide footing specifications at least 30 days prior to shelter delivery. C.12.3. FLOOR STRUCTURE: The floor shall be designed to support a live load of 100 pounds per square foot minimum. 1/8-inch vinyl tile with a baseboard shall be installed over the floor. The floor and vinyl tile shall be level. Exterior joints/seams shall be guaranteed weather, insect and rodent proof. C.12.4. WALL STRUCTURE: The walls shall be designed to support a load of 50 pounds per square foot minimum. A minimum of 3/4 inch plywood shall be attached to the concrete to allow securing of equipment. The plywood shall be covered wi th 1/2 inch fire code sheetrock or some other fire rated material. These materials shall be completely finished. Exterior walls shall be finished in aggregate; color to match existing Range Digital Transmission System (RDTS) shelters. Exterior joints/se ams shall be guaranteed weather, insect and rodent proof. All interior walls and seams shall be completely finished and be off-white in color. C.12.5. ROOF: The roof shall be designed to be self supporting with no center post and support a live load of 60 pounds per square foot minimum. The roof shall be sloped to allow proper drainage. Ceiling shall have 3/4 inch plywood covering the concrete. The plywood shall be covered with 1/2 inch fire-code sheetrock or equally fire rated material. These materials shall be completely finished. All exterior joints and/or seams shall be guaranteed weather, insect and rodent proof and completely finished. C.12.6. DOOR: The double steel door shall be 6 feet in width and 7 feet in height minimum. The doors shall be pain ted to match the exterior trim of the shelter, with epoxy paint and equipped with a wind chain. A dead bolt lock and doorknob lock shall be installed (BEST). All locks on each shelter shall be keyed the same. The door frame shall be cast into the concre te wall to prevent water leaking into the shelter. A drip cap shall be installed above each door. All joints/seams shall be guaranteed weather, insect and rodent proof. C.12.7. WEATHER RESISTANCE: The shelter shall be completely weather, insect and roden t proof. All joints and/or seams (wall-to-ceiling, wall-to-wall, and wall-to-floor) shall be double sealed. The shelter shall be designed to withstand winds in excess of 125 miles per hour and must comply with zone 4 earthquake ordinances. All cracks, chips, etc., which do not affect the structural integrity of the cracked member shall be repaired. Such repairs shall not be visually distracting and shall be wea ther, insect and rodent proof. The contractor??????s engineering staff shall evaluate severe cracks, breaks, spalling etc. before repairs are attempted. The repairs must also be evaluated and approved by the Government. Any impairment of structural adequa cy shall be cause for rejection. C.12.8. Two copies of the standard commercial operation and maintenance manuals for shelter and equipment shall be provided. C.13. PREINSTALLED ELECTRICAL SYSTEMS: (See drawing at www.yuma.army.mil/contracting/rfp.html) C.1 3.1. All wiring shall be mounted in conduit and wireways in full compliance of ANSI/NFPA-70 and the current revision of the National Electrical Code. C.13.2. Two 200 Amp 120/208Vac, three phase, 60Hz, main disconnects attached to the outside wall of the sh elter. C.13.3. One 200 Amp 120/208Vac, three phase, 60Hz, 20 spaces with main breaker, snap-in utility power distribution panel in surface mounted enclosure with all circuit breakers installed shall be mounted on inside wall. C.13.4. Smoke detector(s) shal l be installed in accordance with National Fire safety codes for this size of shelter. C.13.5. A weatherproof low sodium outside light over entrance door with day/night sensor. C.13.6. Six each, two tube, 48-inch fluorescent lights with reduced wattage, hi gh efficiency lamps, shall be installed in accordance with drawings. C.13.7. Duplex, 20 Amp receptacles shall be installed in accordance with the drawing. No more than two receptacles shall be on the same 20 Amp circuit breaker. C.13.8. Two Emergency light ing units, to include two 7.5-watt high output lamps, rechargeable battery with test light shall be installed inside, one on the front wall and one on the back wall. Operation and recharging of the battery shall be automatic. C.13.9. Four outside, weather proof, two bulb, flood lights shall be installed on the outside of the shelter, one on the front wall and three on the back wall. C.13.10 Halo grounding system consisting of a Number 6 solid bare copper wire shall be run throughout the interior of the sh elter. C.14. PREINSTALLED MECHANICAL SYSTEMS: C.14.1. 24-inch wide cable ladders (Saunders Brothers SB-24 or better) shall be installed in accordance with drawing. The cable ladder support brackets shall not extend below the bottom of the cable ladder. A ll sharp edges shall be removed to prevent possible injury to personnel working in the equipment shelter. C.14.2. Two 2x3 waveguide/cable feed through plates (Microflect or better) with 4 inch caps installed, aligned with the 24 inch cable ladder. C.14.3. Four each 1/2 inch PVC pipe opening shall be cast in the end walls per drawing. C.14.4. ABC fire extinguisher(s) shall be installed in accordance with National Fire safety codes for this size of shelter. C.15. PREINSTALLED HEATING AND COOLING SYSTEMS: C.1 5.1. Two outside, vertical wall mounted, energy efficient, 208Vac 3 phase, air conditioning/heat pump units (3 ton minimum). No window mounted units. There shall be a lead/lag controller attached to the air conditioning units. All proposals shall be clea rly marked with RFP number W9124R-04-T-0004 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 3:00 PM MST, 11 December 2003. The Government intends to award a contract to the responsible offeror whose offer co nforming to the proposal will be the most advantageous to the Government based on price, technical capability to include product literature, warranty, and offerors ability to meet the requirements in Section C of this solicitation, and past performance. Of fers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Oct 2000). NOTE: in order to com plete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (June 2003) Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Nov 1995) apply to this acquisition. FAR 52.212-4 Contract Terms an d Conditions Commercial Items (Feb 2002) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Paragraph A of this provision is completed as follows: Award will be made on Price, Technical Capability to include product literature, warranty, and offerors ability to meet the requirements in Section C of this solicitation, and Past Performance. FAR 52.212-5 Contract Terms and Conditions required to Implement S tatues or Executive Order Commercial Items (Oct 2003) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Re medies (Sep 2002), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-34 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense A cquisitions of Commercial Items (Apr 2003) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Mar 2003). If you pla n on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
- Place of Performance
- Address: ACA, Yuma Proving Ground - W9124R ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00480299-W 20031205/031203212153 (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 |