SOLICITATION NOTICE
69 -- Concrete Buildings for Fort Bragg, NC.
- Notice Date
- 4/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327390
— Other Concrete Product Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124708T0051
- Response Due
- 4/18/2008
- Point of Contact
- Stephanie Murphree, 910-907-5101
- Small Business Set-Aside
- Total Small Business
- Description
- (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotesare being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-08-T-0051 is issued as a Request for Quote (RFQ) to supply and erect SACON Live-Fire Training Buildings on Range OP-13, Fort Bragg, NC. (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-24, effective March 31, 2008. (iv)Notice of Total Small Business Set-Aside. Quotes are solicited from small businessconcerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 327390, SIC code 1771 and size standard is 500 employees. This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (v)This requirement is to supply and erect three buildings. All panels supplied under this proposal shall be 90lb/cu-ft SACON bullet absorbing concrete which is particularly designed for use with 5.56 mm rounds. All panels shall be 8fttall, 46in wide, and 24in thick. The three buildings will require 163 panels. Plain, windows openings, doorways, ends and corners (including various modified corners) will be necessary to erect the buildings. Steel corners shall be included in pricing. A total of 12 steep top corners to strenghten building corners from shifting over time. The corners shall be bolted to the top lifting plates of the corner panel and two adjacent panels. Please provide quotes in the spaces provided below and return this Combined Synopsis/Solicitation in accordance with paragraph (xi): CLIN 0001 C-4 SACON L-Shaped Building with 3 Rooms. The 3 room building shall have three entry doors on one side of the structure. The overall size of the building shall be 43ftx 43ft. Each of the three rooms shall have a window opening to provide light and an opportunity to cover some of the land around the building. Total of 72 panels required for this building. Shall have steel bars as reinforcement for the corners. Quantity 1 x _______ unit price = _______ extended price. CLIN 0002 C-1 SACON One-Room Building. The one-room building shall have a single-door entry and offers multi-exposure for viewing and area command. The building shall have four windows, two on each of two sides. The overall dimension of the building is 21ft x 21ft. Total of 24 panels required for this building. 300 PSI Concrete. Shall have steel corners. Quantity 1 x _______ unit price = _______ extended price. CLIN 0003 E-1 SACON Three Room Building with Big Door. This building shall have three rooms and a layout that allows trainees to move from one end to the other through the structure on the inside. There shall be windows along one side to provide position to command that side of the structure, while the entrance and exits are on the opposite side. There are three regular door openings (two inside the structure to allow movement from one end to the other and the third on the last room) and big door (double-unit) on the first room. The overall dimension of the building shall be 212 x 5510. The inside of the individual rooms shall measure 172x172. Total of 67 panels required for this building. Shall have steel corner supports. Quantity 1 x _______ unit price = _______ extended price. CLIN 0004 Wooden doors, standard units, for the regular door entries in each of the three buildings. Quantity 9 x _______ unit price = _______ extended price. CLIN 0005 Wooden door for the big door (larger double unit) in the E-1 Sacon building. Quantity 1 x _______ unit price = _______ extended price. (vi)The requirement shall be Firm Fixed Price. (vii)Delivery: 120 days after contract award is issued. (viii)The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website providedhttp://farsite.hill.af.mil). Addendum to 52.212-1. Offerors shall provide quotes in the spaces allowed on this Combined/Synopsis Solicitation. Offers shall include unit prices and extended prices. In case of variation between the unit price and the extension, the unit price will be considered to be the offer. 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price, delivery (meet the 120 day requirement), and quality (meet or exceed the specifications required). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items as a part of their offer. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. (ix)The following clauses apply to this acquisition:FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.204-7 Central Contractor Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a.Applicable clauses under FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 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, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. b.Applicable clauses under DFARS 252.212-7001: 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. (x)APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 6) dated 3/19/2006. A copy of this Wage Determination can be found at http://www.wdol.gov. (xi)STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 23470, Laborer, $11.50/32.85%. (xii)Submission of proposals shall be forwarded by Friday, April 18, 2008, 12:00 PM local time using either facsimile at (910) 396-9438 or email at stephanie.murphree@us.army.mil. A formatted copy of this Combined Synopsis/Solicitation is available upon request, please submit request to the email address provided.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7e0322b59bc0fdb28cf16db496ca4aa&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN01553002-W 20080413/080411222217-c7e0322b59bc0fdb28cf16db496ca4aa (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 |