Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

58 -- Prefabricated Steel Communication Shelter 8 feet wide X 10 feet long X 8 feet high

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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-0069
 
Response Due
9/8/2004
 
Archive Date
11/7/2004
 
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
This is a Combined Synopsis/Solicitation (CSS) 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 supplemen ted 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 dated 18 Jun 2004 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20040625. It is anticipated that payment will be made by Government Visa Credi t Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. The resultant contract will be firm fixed price. All prospective offerors must be active ly registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. There are no drawings available for the shelter. Note that this solicitation is for steel communication shelters and precast concrete or other types of shelters are unacceptable and such offers will not be accepted. This CSS is also located at www.yuma.army.mil/contracting/rfp.html The proposal shall consist of one Contract Line Item Number (CLIN 0001), Quantity 3, Unit of Issue: Each, Description: Steel Communication Shelter 8 feet wide X 10 feet long X 8 feet high, with the following specifications. This project is for commercially available steel communication shelters with preinstalled electrical mechanical systems. T he shelters shall meet or exceed all the following specifications. The contractor shall engineer, fabricate, furnish, and deliver on site a completed, fully operational, turnkey steel communication shelters to US Army Yuma Proving Ground, AZ 85365 (USAYPG) based on the information provided. All applicable fire and safety codes shall be met. Contractor shall provide blueprints, specifications and description of work for equipment enclosure, preinstalled electrical and mechanical equipment for approval prior to fabrication. Advance notification of delivery is required. The contractor is responsible for transporting the shelter. The shelters shall be delivered to USAYPG (along Highway 95, 25 miles north of Yuma, AZ) 60 days after receipt of order. Government will off load shelters at the transportation office building 2710 USAYPG. Price shall include delivery to USAYPG. The shelters will be used outside in a desert environment at USAYPG to house electrical equipment. The shelters shall have the following salie nt features. Each shelter shall be approximately eight (8) feet wide by ten (10) feet long by eight (8) feet high with a minimum interior height of 78 inches from floor to bottom of lights or ducting. Exterior surface shall be metal. Long side of the encl osure shall have one personnel access metal door in the center. Metal door shall be a standard 36 inch width and shall have keyed lock installed. The door shall open outward. Exterior surfaces shall be a minimum of 14 gauge steel. Note that there is no dev iation from the minimum 14 gauge steel requirement. The exterior of the unit shall be primed with zinc chromate and painted white. The shelter shall be skid mounted using steel skids. The shelter will be void of any windows. Two (2) cable entry ports shall be provided on wall opposite the door and located approximately one (1) foot from floor and ends. The ports shall be approximately four (4) inches in diameter. Insulated plugs or closures shall be provided and the openings shall be lined with tubing betwe en the interior and exterior walls. The interior walls, floor and ceiling shall be insulated with sprayed polyurethane insulation to an R factor of 19 or better . The walls and ceiling shall be sealed with 5/8 inch sheetrock and painted semi-gloss off-white color. The floor shall have a tile surface. The walls, floor, and ceiling material shall be made of a fire retardant material that meets standard fire safety c odes applicable to the sheetrock requirement of one (1) hour or equivalent. Each shelter shall have one refrigeration unit to maintain 70 degrees Fahrenheit inside the enclosure. Each unit shall have approximately 13,000 BTU cooling/5,000 BTU heating plus or minus 650 cooling, plus or minus 250 heating. Unit shall be compatible with the installed electrical system. Unit shall be top mounted, centered from side to side on the Shelter with interior ducting necessary to provide uniform air circulation. Unit sh all be hardwired into the AC service panel on independent circuit breakers. The interior lighting system shall be a minimum of four sets of double tube fluorescent fixtures 48 inches long, T-8 type, spaced evenly on the ceiling. A minimum of four 115-125 v olt duplex receptacles shall be provided. Two receptacles shall be evenly spaced on the wall opposite the door, one receptacle shall be placed in the center of the sidewalls. All receptacles shall be mounted 15 inches from the floor. All lights and recepta cles shall be on separate circuit breakers. Light switch shall be located on the interior wall adjacent to the door handle. An incandescent weather resistant light fixture shall be located on the exterior by the personnel door. The electrical system shall be 110/208 volts AC/60 amps single phase and have a disconnect switch on the outside of the shelter for a single point hook up. The electrical system shall be adequately protected with breakers. All circuit breakers shall be labeled accordingly. The elect rical and lighting fixtures shall be securely attached to the super structure of the shelter. The completed unit shall be equipped with lifting eyes. All proposals shall be clearly marked with RFP number W9124R-04-T-0069 and emailed to Michael.McDaniel@yum a.army.mil or sent by facsimile to 928-328-6849 no later than Noon MST, 8 September 2004. The deadline for technical questions is Noon MST, 2 September 2004. Offers that fail to furnish required representations or technical information as required by FAR C lause 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 Instruction s to Offerors Commercial Items (Oct 2000). NOTE: in order to complete 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 (May 2004) Alternate I (Apr 2002) apply to this acquisition. FAR 52.212-4 Contract Terms and Conditions Commercial Items ( Oct 2003) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the Governments requirement, ii) past performance and iii) price. Technical capability is considered the most important evaluation for this acquisition, Past Perf ormance is second in order of importance and third is price. Technical proposals will be reviewed for compliance with the specification herein. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable . Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past perf ormance information shall include the following: 1) Contract Number, 2.) Company/Agency Name and Address 3) Name of point of Contact with phone number and e-mail address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jun 2004) 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 Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Act ion for Workers With Disabilities (Jun 1998), 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 Other Than Central Contractor Regis tration (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 Acquisitions of Commercial Items (Jun 2004) applies to this Ac quisition, 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 (Jun 2004). If you plan on participating in this acquisition you are required to pr ovide 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 - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00660420-W 20040901/040831064400 (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.