Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
SOLICITATION NOTICE

E -- U.L. 752 STANDARD LEVEL 3 BULLET RESISTANT GUARD BOOTHS

Notice Date
10/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK06OO124802Q
 
Response Due
10/31/2005
 
Archive Date
10/19/2006
 
Description
NASA/KSC has a requirement for three (3) U.L. 752 Standard Level 3 Bullet Resistant Guard Booths. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail or fax only; email is preferred) no later than Friday, October 21, 2005. Telephone inquiries will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice and amendments (if any). This procurement is a total small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 332311 and the small business size standard is 500. The offeror shall state their size status for this procurement. An ombudsman has been appointed - See NASA Specific Note "B". This solicitation is to purchase a prefabricated, seamless, steel U.L. Labeled guard booth. The booth is to be shipped in one piece, totally prefabricated, completely wired, painted and in accordance with these specifications. The booth is to be built to wind loads and energy FL State Codes. Unit is to have base dimensions of approximately 5? x 8? x 8?6? nominal height and to have the following features. The booth is to be designed to meet or exceed U.L. 752 standards for Level 3 bullet resistance. This protection will be in ALL areas of the booth, from finished floor height, up to finished ceiling height; 7?6? Ceiling height. DELIVERY: The booth is to be delivered FOB Destination on a flatbed truck to the National Aeronautics and Space Administration, John F. Kennedy Space Center, Kennedy Space Center FL 32899 and will be off-loaded on-site by the Government onto a Government furnished concrete pad. Please provide estimated delivery date from receipt of order with your quote. FRAME: Galvanized steel construction covered with U.L. Level 3 armor plate steel with four (4) U.L. 752 Standard Level 3 Bullet Resistant gun ports-one each wall. WALL SYSTEM: 3? thick walls; galvanized steel construction for the interior walls and U.L. Level 3 armor plate steel exterior walls with the wall system insulated to R-14.2. ROOF: Galvanized steel expanded metal roof shall have a minimum height of 24" and will be slanted in four directions and attached to a standard 14? Galvanized steel flat roof with four bolts (if the roof top A/C unit had to be serviced the 4 bolts would be removed and the expanded roof lifted (roof lift eye)). The roof shall have a 6" fascia, 6? roof overhang, and be insulated to R-21.8. The roof is to be designed to drain through a gutter system/drain pipe and have removable lifting eyes for hoisting by crane. DOORS: U.L. 752 Standard Level 3 Bullet Resistant 36? Wide Hinged Door, with half glass/Von Duprin Panic hardware/lock Model: 22L/230L SP28 or equivalent. COUNTER: One 18? deep, 30? long steel counter with drawer on one 5? wall WINDOWS: U.L. 752 Standard Level 3 Bullet Resistant, 44% Gray or Bronze, Tinted Glass (three 3? wide x 2? high windows and one 5? wall with 2? high x 5? wide glass). ELECTRIC SYSTEM: Unit complete with all wiring required for fluorescent light, duplex outlets, heater, AC, and 100A, 12 space, single phase panel with main breaker. Wiring meets or exceeds minimum provisions of National Electric Code. All fittings, wiring devices and fixtures UL listed (UL Certified Electric System); all wire in EMT, in the walls. Access hole in floor for electrical service. 100A, 12 space, single phase panel with main breaker. Two duplex outlets-115v. One rough-in empty conduit and J box phone. One 2LT40W, surface mounted, fluorescent light with diffuser/dimmer wall switch. AIR CONDITIONER: 15000 BTU, RV Type, 115v, Roof Top A/C Unit, with wall thermostat. HEATER: 1500W, 115v, electric heater with integral thermostat FINISH: All steel surfaces shall be painted with rust inhibitive epoxy primer. All exposed interior and exterior steel surfaces shall be painted with one finish coat of industrial acrylic epoxy (single color of paint). Booth color is to be cream and the roof desert sand. The following provisions in their latest editions apply to this solicitation: FAR 52.212.1, Instructions to Offerors-Commercial Items; 52.212.3, Offeror Representations and Certifications-Commercial Items; 52.212.4, Contract Terms and Conditions-Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside, and 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items and the following additional clauses therein apply: 52.222.21; 52.222-26; 52.222-35; 52.222-37; 52.225-13; 52.232-33 and 52.252-2. To be considered for award, all potential contractors must be registered in the Central Contractor Registration. For contractor registration information, call 888-227-2423 toll-free; registration can be completed through the website: www.ccr.gov. Clauses and provisions may be accessed in full text at http://www.arnet.gov/far/. Quotes may be submitted in contractor format and shall include (1) Company name, address, telephone number, e-mail address and fax number, (2) Solicitation number (3) Price (including shipping), (4) Number of days required for delivery of the item after receipt of order, (5) Prompt payment terms, (6) Taxpayer Identification Number (TIN), Contractor DUNS number and Commercial and Government Entity (CAGE) Code, (7) A completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items, must be submitted with quote. All Offerors assume full responsibility for ensuring that quotes are delivered by 4:00 PM EST Monday, October 31, 2005. Offerors responding to this announcement shall submit their written quotes and Representations and Certification to Marcus Orr ? email: Marcus.C.Orr@nasa.gov; Fax: 321-867-1141. Point of Contact is Marcus Orr; telephone: 321-867-0849.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#118056)
 
Record
SN00918125-W 20051021/051019212334 (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.