SOLICITATION NOTICE
54 -- ISSO Office Containers with and without small offices
- Notice Date
- 3/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
- ZIP Code
- 79916-6812
- Solicitation Number
- W911SG08T989B
- Response Due
- 3/26/2008
- Archive Date
- 5/25/2008
- Point of Contact
- hester.stone, 915-568-7360
- E-Mail Address
-
Email your questions to ACA, Fort Bliss
(hester.stone@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The Solicitation number, W911SG08T989B, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular (FAC) 2005-22. The prospective contractor(s) is to quote on supplies for CLIN 0001 and CLIN 0002. CLIN 0001 (3 each, 16ft x 40ft or a total of six (6) 8ft x 40ft) ISSO Office Containers without small offices; These 16ft x 40ft con tainers are combining two (2) 8ft X 40ft containers attached side by side. Full Both containers measure 16ft X 40ft. The units must be able to separate for mobility. Containers must be relocable using a Rough Terrain Container Handler. Color: Desert Tan; The containers need to have a Service Entrance Panel (SEP) for electrical/power connections from the transformer rated 200a. They should have an electrical package. They should have alighting package. All welded surfaces and/or stell parts installe d should have a prepared surface with a prime direct to metal coating and a finished top coat. All interior walls and ceiling need to be framed and paneled with 3/4inch CDX plywood with framing 24 inch O.C. Floors should be non-skid paint flooring type. Three (3) HVAC units need to be included with a rating of 14,000 BTU air and 5KW heat strips in the heat pump system. Four (4) windows required and need to be 3ft h x 4ft w sliding glazed windows. One (1) double exterior locking door and one (1) single exterior door locking door. The double and single exterior doors should be heavey duty/steel doors. No glass. Each officer container must have its own set of keys. The double door and the single door for each container may have the same locking mechanism . The locks must be commercial grade exterior door knobs Emergency Exit signs and fire extinguisher cabinets in accordance with the UFC 3-600-01 Chapter 4-9, National Fire Protection Act (NFPA) 10- Standards for Portable Fire Extinguishers, and NFPA 101 - Life Safety Code. A twenty-eight (28) foot open pass between containers for the common area. Containers need to be relocatable using a Rough Terrain Container Handler (RTCH). They should have Voice and Data Connection area for the Routing Box (interne t and Phone). Insulation Details: Walls must have a R11 insulation rating. The ceiling and sub-floor must have a R19 rating. Office Containers must be free of leaks. Door overheads and/or overhangs will extend 1 foot from each side of the door jam and extend outwardly 3ft. The overheads/overhangs corrugated alumunium or steel to withstand the high winds and heat. Vinyl is not acceptable. Must be bolted to the structure. CLIN 0002 (4 each, 16ft, 40 ft or a total of eight (8) 8ft x 40ft) ISSO Office Co ntainers with Small Offices; These 16ft x 40ft containers are combining two (2) 8ft X 40ft containers attached side by side. Two (2) 8ft X 40ft containers attached side by side. Full Both containers measure 16ft X 40ft. The units must be able to separa te for mobility. Containers must be relocable using a Rough Terrain Container Handler. Color: Desert Tan; The containers need to have a Service Entrance Panel (SEP) for electrical/power connections from the transformer rated 200a. They should have an electrical package. They should have alighting package. All welded surfaces and/or stell parts installed should have a prepared surface with a prime direct to metal coating and a finished top coat. All interior walls and ceiling need to be framed and pa neled with 3/4 inch CDX plywood with framing 24 inch O.C. Floors should be non-skid paint flooring type. Three (3) HVAC units need to be included with a ratin g of 14,000 BTU air and 5KW heat strips in the heat pump system. One of the HVACs will be for the small office and the other two will be in the open area. Four (4) windows required and need to be 3ft h x 4ft w sliding glazed windows. One (1) full partit ion (16i) with locking door (Small office). One (1) double exterior locking door and one (1) single exterior door locking door. The double and single exterior doors should be heavey duty/steel doors. No glass. Each officer container must have its own s et of keys. The double door and the single door for each container may have the same locking mechanism. The locks must be commercial grade exterior door knobs. Emergency Exit signs and fire extinguisher cabinets in accordance with the UFC 3-600-01 Chapter 4-9, National Fire Protection Act (NFPA) 10- Standards for Portable Fire Extinguishers, and NFPA 101 - Life Safety Code. A twenty-eight (28) foot open pass between containers for the common area. Containers need to be relocatable using a Rough Terrain C ontainer Handler (RTCH). They should have Voice and Data Connection area for the Routing Box (internet and Phone). Insulation Details: Walls must have a R11 insulation rating. The ceiling and sub-floor must have a R19 rating. Office Containers must be free of leaks. Door overheads and/or overhangs will extend 1 foot from each side of the door jam and extend outwardly 3'. The overheads/overhangs corrugated alumunium or steel to withstand the high winds and heat. Vinyl is not acceptable. Must be bolte d to the structure. Delivery schedule within 30 days ARO. Place of Delivery is: FOB Westbrook, McGregor Range Base Camp, MAJ Toole (915) 443-6563. Sketch provided upon request from Mr. Robert Haller, email: robert.haller@us.army.mil. Primary point of contact for delivery is: Mr. Robert Haller (915) 443-6573. The following FAR and DFAR clauses and/or provisions apply to this solicitation: 52.204-7, 52.212-4, 52.212-3, 52.212-5, 52.203-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-25 , 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.203-3, 52.222-50, 252.225-7001, 252.232-7003, 252.225-7012, 252.243-7002. The full text of a clause or provision may be accessed electronically at this address: http://farsite.hill.af.mil. Vendors shall include with their quote a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Vendors must be registered in the Central Contractor Registration (CCR) database to receive award. FOB Destination (Fort Bli ss, TX 79916-6812). Quotes are due by 12:00 PM MST, 26 March 2008. Quotes shall be submitted electronically to hester.stone@us.army.mil or at mailing address Directorate of Contracting, 1733 Pleasanton Road, Fort Bliss, TX 79916-6812. Point of contact for further information is Ms. Hester Stone, email hester.stone@us.army.mil or Mrs. Dorothy Dailey, email dorothy.dailey@us.army.mil. Any amendment will be publicized in the same manner as this combined synopsis/solicitation.
- Web Link
-
Directorate of Contracting, Fort Bliss, TX
(http://www2.fbo.gov/spg/USA/DABK/DABK05/W911SG08T989B/hester.stone@us.army.mil)
- Place of Performance
- Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
- Zip Code: 79916-6812
- Country: US
- Zip Code: 79916-6812
- Record
- SN01537571-W 20080322/080320233604 (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 |