SOLICITATION NOTICE
54 -- Steel Storage Building
- Notice Date
- 4/25/2005
- 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-05-T-0034
- Response Due
- 5/5/2005
- Archive Date
- 7/4/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation (CSS) for a commercial item 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 suppleme nted with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provis ions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 dated 11 April 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, current to DCN 20050412. The awarded contract will be firm fixed price. This commercial item acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor R egistration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. There are no drawings available for the Steel Storage Buildings. Note that this CSS is for Steel Storage Buildings. Therefore, concrete or other types of storage build ings are unacceptable and such offers will not be accepted. The proposal shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 2, Unit of Issue: Each, Description: Steel Storage Building. The Specifications for each Steel Storage Building i s as follows. GENERAL: Size is 60 feet wide X 80 feet long with doors on 60 feet gable ends. Roof pitch: 4/12 for decreased snow loading. Open span interior with no intermediate support posts in the interior floor space. All steel construction no wood web truss. Anchoring system to be placed in concrete slab for high winds. Design wind speed: 90 mph. Snow load: 60 psf. COLOR: Hawaiian Blue Siding. Polar White Roofing. Polar White Trim. Paint should have a minimum of 30 year warranty and be a siliconized pol yester coating. ROOF: Stainless Steel Roof Fasteners. Factory formed ridge cap for weather resistance. A 25 year rust through perforation warranty. Panels shall be at least 26 gauge Purlin Bearing Roof (PBR) System with 1 1/4 inch corrugation depth. Reinfo rced Translucent Roof Skylights (5 per side). Roof material should be of AZ55 galvalume material. DOORS: Two insulated personnel doors, size 3070. Two insulated overhead 14 feet X 14 feet doors. TRIM: Eave trim included with foam rubber seal. Full coverage doorjamb covers with seals. Girts and purlins with zinc galvanized coatings. Base Trim for deletion of base notching of concrete. Outside and inside closure strips with foam seals to keep out rodents and flying pests. The Government will assemble the Stee l Storage Buildings at U.S. Army, Ft. Greely Alaska. The successful offeror will be required to provide all necessary drawings and instructions for assembly. Therefore, vendors shall include the cost of all necessary drawings and instructions for assembly in their proposals. All proposals shall include drawings of the Steel Storage Buildings (PDF File). Note that Emails with Zip files cannot be accepted because of firewall restrictions. The CSS is also located at the U.S. Army Contracting Agency Yuma web si te www.yuma.army.mil/contracting/rfp.html. All proposals shall include transportation cost to U.S. Army, Ft. Greely Alaska. Vendors that are subject to the Arizona Transaction Privilege Tax must include that cost in their proposal. All proposals shall be c learly marked with RFQ number W9124R-05-T-0034 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 5 May 2005, Noon Mountain Standard Time (MST). In addition, all questions concerning this requirement must be em ailed to Michael.McDaniel@yuma.army.mil no later than 29 April 2005, Noon MST. Offerors that fail to furnish required representations or technical information a s 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 of Commercial Items (Jan 2005). Note: In order to complete the Representations 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 referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.247-34 FOB Destination (Nov 1991). 52.215-5 Facsimile Proposals (Oct 1997). 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 off eror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical proposals will be reviewed for compliance with the specificati ons. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. However, proposals with unreasonable prices will not be considered for technical and past performance evaluations. Price will then be eva luated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Apr 2005) 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), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action 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), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third P arty (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) applies to this acquisition, and specifically 252.225-7036 Buy Amer ican Act Free Trade Agreements Balance of Payments Program (Jan 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), and 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). If you plan on participat ing 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.a rmy.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
- Zip Code: 85365-9106
- Record
- SN00795200-W 20050427/050425211946 (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 |