SOLICITATION NOTICE
54 -- PEST CONTROL BUILDING
- Notice Date
- 4/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SB3100-7071-9501
- Response Due
- 4/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- SB3100-7071-9501 The Defense Distribution Depot, Susquehanna, New Cumberland, PA 17070-5001 has a requirement for the following pest control building. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Items, Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). Reference Number is SB3100-7071-9501. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-15, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20070212, and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and PROCLTR 2007-03. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 332311 and the associated size standard is 500 employees. Contractor to provide a pre-engineered metal hazardous materials storage (pest control) building. SPECIFICATIONS: The Pest Control Building to be equipped with the following: 1. Outside dimensions 44? L X 20? W X 9? H 2. Minimum storage capacity 350,000 pounds 3. Constructed for snow load 40 pounds per foot (psf) 4. Wind load 110 mph 5. Floor live load 500 psf 6. Minimum seismic Zone 1 consideration 7. Roof/Ceiling, exterior walls, and subfloor ? minimum R-11 insulation 8. Factory Mutual (FM) approved and labeled relocatable hazardous materials storage unit. 9. Weather proof noncombustible 2-hour fire rated construction with a minimum 10 year structural warranty with a chemical resistant exterior finish. 10. Minimum of one (1) all metal DOT hazard classification sign with rust proof holder 11. One (1) pressure sensitive NFPA 704 hazard rating sign on each door 12. Adequate number of appropriately sized hold down brackets 13. Exterior wall hydrant ? box type, freezeless; includes all interior plumbing to supply hydrant 14. Crane/forklift opening for offloading Storage and Mixing Rooms: 15. The Pest Control Building is a pre-engineered UL-Listed dry chemical fire suppression system rated for Class A, B, and C fires. Fusible link detection for auto actuation of the system, and a minimum of one (1) exterior means of manual activation. Interior nozzles to be of appropriate size, number, and location for a total flooding application. A minimum of one (1) exterior UL Listed weatherproof audio/visual alarm. Alarm system to be compatible with and connected to the existing base wide system. Dry chemical agent storage tank and releasing device is housed inside an exterior tamperproof enclosure per NFPA 17. An automatic ventilation system shutdown required upon system actuation. 15a. Three (3) separate rooms - two (2) interior two-hour rated separation walls; Two (2) storage rooms size 12?W X 18?D and one (1) mixing room size 18?W X 18?D 16. Building to contain a pre-wired electrical system in accordance with National Electrical Code (NEC), to include one (1) weatherproof load center with appropriate breakers, circuit and main (200 A, 208V, 3 phase). All conduit, relays, switches to be included. All interior components in the storage rooms to be rated for a minimum Class I, Division II hazardous locations. All interior components in the mixing room to be rated for Class I, Division I hazardous locations. 16a. Floor grating/secondary containment sump system in each room. Sump walls ? Weather proof fire rated noncombustible (same as exterior walls) 17. Sump Capacity 30% (about 8500 gallons for each storage room and about 1250 gallons for the mixing room.) 18. Floor grating system either removal steel or fiberglass floor grating rated for a uniformly distributed load of a minimum of 500 psf. Sumps ? include a seamless acid/corrosive resistant high density polyethylene liner, equipped with threaded and capped drain pipe fittings. Floor grating supports to be removable. 19. Three (3) exterior doors ? one (1) providing access to each room; swing type double doors 60?W X 80? H located on the front of the building; active door leaves ? minimum 36?W. Doors ? UL Listed minimum 2-hour fire rated construction. Doors to be provided with locking hardware capable of accepting 7 pin keyed cores as manufactured by Best Lock Corporation. 20. Two (2) interior doors ? swing type single doors 36? W X 80? H; one in each separation wall 21. Mixing Room - Stainless steel sink with drain (hot and cold inlets) with self draining counter top, side boards, and back splash panel. Overall dimensions ? 60?L X 24? X 36? H. Sink assembly to include all interior plumbing and piping, including wall penetrations for connection to exterior pipe connection. Sink/counter enclosed in a commercial fume hood. Fume hood ? UL Listed explosion proof (Class I, Division I) exhaust fan and switch, minimum hood air flow requirement - 150 cfm at the face of the hood. 22. Mixing Room ? combination emergency shower and eye wash unit mounted in a corner of mixing room with a separated sump area with drain and cap. Unit flow ? 30 gallons/minute. All interior plumbing required for emergency shower/eye wash unit. Piping includes an on demand electric water heater (208V, 1 phase) for Class I, Division I locations. Provide and install heater in conjunction with plumbing for emergency shower and sink. Shelves in Building: 23. Shelves ? 30? deep with a 1? lip on all sides ; minimum load rating - 80 psf 24. Three tier units ? 30? D X 48? L ? not adjustable 25. Free standing steel containment shelving; minimum 12 gauge steel with an epoxy coating Shelves in Mixing and Storage Rooms: 26. Mixing room ? minimum of 48 LF shelving units 27. Each Storage room ? minimum 24 LF shelving units Shelves in Storage Rooms: 28. Adjustable corrosion resistant stainless steel containment 29. Shelves ? combination of 16? and 22? shelving depths with a 1 inch on all sides, 80 psf load rating 30. Four (4) sets of 22?D X 48? L three tier units 31. Two (2) sets of 16?D X 48? L three tier units NOTE: Total of each room ? Mixing Room - 22?D, minimum 48 ? LF and Storage Rooms - 16? D, minimum 24 LF Access Ramps: 32. Three (3) steel ramps ? 48?W X 88?L with sidewalls and nonskid protective coating with fastening measures (secures at the door thresholds). Heaters: 33. Two (2) UL explosion proof convention heaters ? one in each storage room. Units adequately sized for the size of the storage rooms to maintain temperatures between 50 and 90 degrees F (approximately 12,000 BTU/hr, 208V, 3 phase) and rated for a minimum Class I, Division II hazardous locations. Provide one (1) explosion proof convention heater in mixing room Units adequately sized for the size of the mixing room to maintain temperatures between 50 and 90 degrees F (approximately 25,000 BTU/hr, 208V, 3 phase) and rated for a minimum Class I, Division I hazardous locations. Each system has an interior UL Listed explosion proof thermostat with manually adjustable settings between 50 ? 90 degrees F Air Conditioners: 34. Three (3) UL Listed explosion proof air conditioners, one (1) in each room. Units sized appropriately to maintain temperatures between 50 and 90 degrees F (approximately 19,000 BTU/hr, 208V, 3 phase). Units in storage rooms rated for a minimum Class I, Division II hazardous locations. The unit in the mixing room rated for Class I, Division I hazardous locations. Registers adjustable for manual regulation of air flow. Interior Lighting: 35. Provide incandescent light fixtures rated for a minimum Class I, Division II hazardous locations in the storage rooms; mixing room rated for a minimum Class, Division I hazardous locations. 36. Fixtures to have heavy duty glass globes with protective metal guards. Exhaust Systems: 37. Provide three (3) fume exhaust systems, one for each room with exhaust through the roof including UL Listed explosion proof motor (208V, 3 phase) rated for a minimum Class I, Division II hazardous locations in the storage rooms. Mixing room rated for a minimum Class I, Division I hazardous locations. Fan blades to preclude the ignition of vapors. The exterior exhaust fan port opening to be protected with an UL fire damper of appropriate rating and a UL 165 degree F fusible link. System to have an auto system shutdown and manually operated by switch/switches. Air inlet vents to be screened and equipped with UL fire damper that is activated by a UL 165 degree F fusible link. 10 Year Structural Warranty NOTE: Supervision assistance from factory to be provided at the time of delivery and offloading to ensure the building is properly sealed. NOTE: Building manufacturer is to have a minimum 10 years experience in the fabrication of pre-engineered, turn-key, hazardous materials storage buildings of the type indicated in the description. The manufacturer is to have a quality control program in place, complete with an approved quality control manual. Safety Storage Model 4419FSCMC or equal Line Item 0001 ? Pest Control Building ? 1 EA = $_______________ each (Price quoted should be quoted FOB destination). Delivery Date ___________________________ The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. The following provision is hereby added: FAR 52.215-5 -- Facsimile Proposals Proposal Submission Instructions: Contractor shall submit a technical proposal that consists of at a minimum, the following: 1. Descriptive literature 2. CAD Drawing for building offered including slab/foundation details 3. Warranty statement and identify field service organization capable to performing warranty repairs at this location 4. Factory Mutual (FM) approval 5. Documentation ? building manufacturer to have 10 years experience 6. Documentation ? manufacturer to have a quality control program in place, complete with an approved quality control manual 7. Past Performance Proposals may be submitted via one of the following methods: Submit all data via one of the following methods: (1) facsimile to 717-770-7591 (Attn: Karen Kaufman) or (2) mail to Defense Distribution Center Acquisition Operations (DDC-AB) Attn: Karen Kaufman, Mission Drive, Building 404, New Cumberland, PA 17070 or FedEx to same address as (2) above except use J Avenue in lieu of Mission Drive. Failure to submit all the above requested information may result in the proposal being eliminated from consideration for award. The name and telephone number of the individual to contact for information regarding this solicitation is: Karen Kaufman, Contract Specialist, Phone 717-770-5516 or E-mail Karen.Kaufman@dla.mil. FAR 52.212-2 - EVALUATION ? COMMERCIAL ITEMS (a) The Government intends to award a contract or contracts resulting from this solicitation to a responsible offeror or offerors using the lowest price technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate proposals: Factor 1 ? Technical capability of the products offered to meet the Government?s requirement and Factor 2 ? Past Performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a proposal has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory past performance history will then have its proposal evaluated for the lowest price. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorable on past performance. 1. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the pest control building in accordance with all stated characteristics located in the Schedule of Supplies/Services. ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the product which it applies and (2) received by the date and time specified in the solicitation for the receipt of offers. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. 2. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms, and former subcontractors; and others who may have useful information. The information provided should reflect similar type contracts for the same or similar type products under an indefinite delivery type arrangement. The offeror shall provide: a. A list of contracts, preferably three, commercial or government that have been performed within the last five (5) years. This list shall include: point of contact, address, telephone number, dollar amount of contract, performance schedule and a brief description of the services provided. b. A list of any ?significant problems? encountered for the contracts reported in response to paragraph (a) above. General examples are: shortages, overages, damage and misshipments. Include also a brief description concerning how these problems were handled and remedied. References may be contacted as part of the evaluation process. 3. Price If a proposal has been determined technically acceptable, the Government will then evaluate the proposal for the lowest price. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer?s opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all proposals. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4. Complete the following Certifications and/or ORCA FAR 52.212-3 - Offeror Representation and Certifications ? Commercial Items (Alternate I) and DFAS 252.212-7000 ? Offeror Representations and Certifications ? Commercial Items - Technical proposal data Contractors are required to include a completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications ? Commercial Items (Alternate I) and DFARS 252.212.7000 ? Offeror Representations and Certifications ? Commercial Items with its price proposal, proposed pest control building descriptive literature and past performance information. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.211-6 - Brand Name or Equal FAR 52.247-34 ? F.O.B. Destination FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6 -- Restrictions on Subcontractor Sales to the Government 52.219-6 ? Notice of Total Small Business Aside 52.219-8 - Utilization of Small Business Concerns, 52.219-14 - Limitations on Subcontracting, 52.222-3 - Convict Labor, 52.222-19 ? Child Labor ? Cooperation with Authorities and Remedies, 52.222-21 ? Prohibition of Segregated Facilities, 52.222.26 ? Equal Opportunity, 52.222-35 ? Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 ? Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: FAR 52.203-3 ? Gratuities, DFARS 252.225-7021 ? Trade Agreements, DFARS 252.247-7023 -Transportation of Supplies by Sea, DFARS 252.225-7036 ? Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1 The following DLAD provisions are hereby added in full text: DLAD 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained calling 1-888-227-2423 or via the internet at www.bpn.gov. All responsible small business concerns may submit a proposal that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. Request for Proposal (RFP) due date and time is April 24, 2007 ? 2:00PM local time.
- Place of Performance
- Address: Defense Distribution Center, Susquehanna, New Cumberland
- Zip Code: 17070
- Country: UNITED STATES
- Zip Code: 17070
- Record
- SN01264818-W 20070405/070403220052 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |