Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2005 FBO #1411
SOLICITATION NOTICE

54 -- Furnish and deliver Portable Double Classrooms and Portable Restrooms.

Notice Date
10/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-T-0002
 
Response Due
10/11/2005
 
Archive Date
12/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicita tion Number W912EE-06-T-0002 is being issued as a Request For Quotation (RFQ) with the intent to award as simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 200 5-06. This is a 100% set-aside for small business concerns under NAICS Code 321991 (SIC 2499) with number of employees not exceeding 500. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi has a requirement for Portable Double Classrooms an d Portable Restrooms. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Furnish and Deliver Portable Double Classrooms, Quantity: 48, Unit: Each, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. Line Item 0002 Supplies/Services: Furnish and Deliver Portable Restrooms, Quantity: 10, Unit: Each, Unit Price: $________; Total amount of Line Item 0002 $ ____________. Total for Line item 0001 and 0002 $ ________________. 0001 PORTABLE DOUBLE CLASSROOMS. General. The portable classroom units to be supplied under this contract shall be new units specifically designed for use as classrooms. The units may be previously manufactured units currently in storage, newly construc ted units, or a combination thereof. To minimize impacts to previously completed site layouts, the portable units shall be supplied in a maximum of two (2) sizes. The units shall measure 24 or 28 feet wide (nominal measurements, some minor variation auth orized), shall have two (2) classrooms, and shall provide a minimum clear instructional area of 700 square feet per class room. The classrooms shall be separated by a wall which is parallel with the end walls of the trailers. The individual classrooms sh all have a length to width ratio of no more than 2.0 and no less than 0.5. A minimum of 50% of the units supplied shall have two (2) restrooms as described below. The units shall be provided as matched pairs of manufactured trailers and shall have perman ent markings clearly identifying the trailers that make up a matched pair. Quantity to be Delivered. The Contractor shall deliver 48 portable classrooms under this solicitation. Delivery Location. The portable classroom units to be supplied under this contract shall be delivered to the Government Staging Area located at the corner of Glascock Drive and Southpark Drive in Gulfport, Mississippi. Schedule. The portable classroom u nits to be supplied under this contract shall be delivered to the staging area within 14 days after receipt of Notice to Proceed (NTP). The first shipment of complete units shall arrive at the staging area within 72 hours of receipt of Notice to Proceed, with regularly scheduled shipments arriving at the staging area until all units have been delivered. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed class room units as well as the Contra ctors plans for delivery meet the requirements of this solicitation. Drawings. Drawings showing the layout of the classroom units being proposed. Drawings shall show overall dimensions of the units, layout of walls, restrooms, locations of doors and loc ations of all utility hook ups. Product Data. The Manufacturers technical data and catalog cuts describing the salient features listed in this solicitation, and the codes that the units comply with. If the manufacturers data does not specifically add ress the code requirements and/or salient features listed, a signed statement from the manufacturer stating that the units comply with the listed codes and the requirements for the salient features will suffice. The signed statement must specifically ment ion each code and each salient feature by name. Schedule for Delivery. The schedule shall show (in days after NTP) when the units will be delivered, how many complete units will be delivered each day, and what day the final complete unit will be delivered. Plan for Delivery. The plan shall specify the number of trucks to be used, the location that the classroom units are being shipped from, anticipated routes and travel times, and the permits needed. Code Requirements. The portable classrooms to be supplied un der this contract shall comply with the following codes: International Building Code (2003), International Plumbing Code (2003), International Mechanical Code (2003), National Electrical Code (2002), International Energy Conservation Code (2003), NFPA 1 01(2003). Standard Products. Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such products and shall essentially duplicate items that have been in satisfactory use for at least 2 yea rs prior to receipt of quote. Warrantee. The portable classroom units to be supplied under this contract shall include the manufacturers standard warrantee on materials and workmanship. Repair of Damaged Units. The Contractor shall provide a represent ative at the staging area to repair units damaged during shipment and replace missing or damaged parts and equipment. Heating and Cooling. The portable classroom units to be supplied under this contract shall be equipped with heating ventilating and air conditioning (HVAC) equipment capable of maintaining indoor temperature of 70 degrees F (+/- 2 degrees) with outside temperatures ranging from 20 degrees F to 100 degrees F. HVAC units shall be electrically powered and thermostatically controlled. At a m inimum, each double classroom unit shall be supplied with two (2) 3 ton air conditioning units and two (2) 10 kilowatt heating units. The air conditioning units may be combined with the heating units. Electrical Requirements. The portable classroom unit s to be supplied under this contract shall be equipped with minimum 150 Amp single phase 120/240V electrical panel. Doors. The portable classroom units to be supplied under this contract shall be equipped with a minimum of two (2) exterior doors per clas sroom which are located remotely from each other. All exterior doors, restroom doors and doors leading to common hallways shall be minimum 3-0 wide by 6-8 high. Restrooms. The portable classroom units to be supplied with restrooms under this contrac t (minimum 50% of the units  see paragraph General above) shall be equipped with two (2) restrooms. Both restrooms shall be accessible from either classroom. Water Heater. The portable classroom units to be supplied with restrooms under this contract ( minimum 50% of the units  see paragraph General above) shall be equipped with an electric water heater. The capacity of the water heater shall be a minimum of six (6) gallons. Furnishings. The portable classroom units to be supplied under this contract shall be equipped with a minimum of one (1) 4-0 x 4-0 tack board in each classroom, and a minimum of two (2) 4-0 x 8-0 white marker boards in each classroom. Delivery is to be made to: The Government Staging Area located at the corner of Glascoc k Drive and Southpark Drive in Gulfport, Mississippi. 0002 PORTABLE REST ROOMS. General. The portable rest room units to be supplied under this contract shall be new units specifically designed for use as rest rooms. The units may be previously manufac tured units currently in storage, newly constructed units, or a combination thereof. The rest room units shall have two (2) separate rooms (mens and womens). The womens side of the unit shall contain a minimum of four (4) stalls with water closets and a minimum of two (2) sinks. The mens side of the unit shall contain a minimum of two (2) stalls with water closets and two (2) urinals, or a minimum of three (3) stalls with water closets and one (1) urinal, as well as a minimum of two (2) sinks. At least one (1) stall on each side shall be ADA Accessible. Quantity to be Delivered. The Contractor shall deliver 10 portable rest rooms under this solicitation. Delivery Location. The portable rest room units to be supplied under this contract shall be delivered to the Government Staging Area located at the corner of Glascock Drive and Southpark Drive in Gulfport, Mississippi. Schedule. The portable rest roo m units to be supplied under this contract shall be delivered to the staging area within 14 days of receipt of Notice to Proceed. The first shipment of complete unit(s) shall arrive at the staging area within 72 hours of receipt of Notice to Proceed, with regularly scheduled shipments arriving at the staging area until all units have been delivered. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed rest room units as well as the Contractor s plans for delivery meet the requirements of this solicitation. Drawings. Drawings showing the layout of the rest room units being proposed. Drawings shall show overall dimensions of the units, layout of walls, partitions, locations of doors, locations of water closets, urinals and sinks, and locations of all utility hook ups. Product Data. The Manufacturers technical data and catalog cuts describing the salient features listed in this solicitation, and the codes that the units comply with. If the m anufacturers data does not specifically address the code requirements and/or salient features listed, a signed statement from the manufacturer stating that the units comply with the listed codes and the requirements for the salient features will suffice. The signed statement must specifically mention each code and each salient feature by name. Schedule for Delivery. The schedule shall show (in days after NTP) when the units will be delivered, how many complete units will be delivered each day, and what day the final complete unit will be delivered. Plan for Delivery. The plan shall specify the number of trucks to be used, the location that the rest room units are being shipped from, anticipated routes and travel times, and the permits needed. Code Req uirements. The portable rest rooms to be supplied under this contract shall comply with the following codes: International Building Code (2003), International Plumbing Code (2003), International Mechanical Code (2003), National Electrical Code (2002), In ternational Energy Conservation Code (2003), 36 CFR 1191 Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities NFPA 101(2003). Standard Products. Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such products and shall essentially duplicate items that have been in satisfactory use for at leas t 2 years prior to receipt of quote. Warrantee. The portable rest room units to be supplied under this contract shall include the manufacturers standard warrantee on materials and workmanship. Repair of Damaged Units. The Contractor shall provide a re presentative at the staging area to repair units damaged during shipment and replace missing or damaged parts and equipment. Heating and Cooling. The portable rest room units to be supplied under this contract shall be equipped with heating ventilating a nd air conditioning (HVAC) equipment capable of maintaining indoor temperature of 70 degrees F (+/- 2 degrees) with outside temperatures ranging from 20 degrees F to 100 degrees F. HVAC units shall be electrically powered and thermostatically controlled. Electrical Requirements. The portable rest room units to be supplied under this contract shall be equipped with a single 120/240V electrical panel sized in accordance with the National Electrical Code. Doors. The exterior doors shall be minimum 3-0 wi de by 6- 8 high. Stall Partitions. Stalls shall be separated by partitions manufactured specifically for the intended purpose. Partitions may be enamel coated steel, stainless steel, laminated plastic, or solid plastic. The partitions shall be complete with al l necessary doors and hardware. Water Heater. The portable rest room units to be supplied under this contract shall be equipped with an electric water heater. The capacity of the water heater shall be a minimum of six (6) gallons. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the best value to the Government considering technical, delivery schedule, past performance and price. The Clause 52.212-2, EvaluationCommercial Items is applies to this acquisiti on. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descriptions to enable the Government to determine technical acceptability. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52. 212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause 252.212-7001 , Contrac t terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial item applies to this See Clause 252.204-7004 ALT)If you are not registered in the CCR, an award CANNOT be made to your company. Y ou may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 11 October 2005 not later than 10:00 a.m. at the Vicksburg Consolidated Contracting Office, ATTN: Sophia H. Clark, 4155 Clay Street, Vicksburg, Mississippi 39183-3435, at (601)631-5812 or e-mail at Sophia.H.Clark@mvk02.usace.army.mil. For information concerning this solicitation contact Sophia H. Clark at (601) 631-5812 or email at Sophia.H.Clark@mvk02.usac e.army.mil. This requirement is also posted at the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.army.mil/contract/. This procurement is 100% set-aside for small business concerns.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US <SOURCE>ftpArmy
 
Record
SN00909966-W 20051007/051005212121 (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.