SOLICITATION NOTICE
54 -- Expeditionary Forces Aircraft Shelter Systems (EFASS), Fort Campbell, Kentucky
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124811T0039
- Response Due
- 8/30/2011
- Archive Date
- 10/29/2011
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier@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. Solicitation Number W91248-11-T-0039 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 05 Jul 2011. Procurement will be solicited as a total small business set-aside. NAICS is 332311; small business size standard is 500 employees. Description of Items Requested: Requirement is for EFASS, Fort Campbell, Kentucky. Required Delivery Date: 1 November 2011. See attached offer schedule. The complete Specification Sheet is attached. The provision at 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition and is tailored as follows: Paragraphs (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.216-1 Type of Contract (Fill-in information - "firm fixed-price"); 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil/vffara.htm); The provision at 52.212-2 Evaluation-Commercial Items is applicable; Fill-in information: 1. EACH OFFEROR WILL BE EVALUATED ON A LOWEST PRICE TECHNICALLY ACCPETABLE BASIS. 2. EACH OFFEROR IS REQUIRED TO PROVIDE DESCRIPTIVE LITERATURE CONSISTING OF SPECIFICATION SHEET(S) WHICH ADDRESS ALL SALIENT CHARACTERISTICS AND PICTURES OF THE REQUESTED EQUIPMENT: PASS/FAIL. The Government intends to make a single award to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and non-price related factors. In accordance with the evaluation factor, the Government reserves the right to consider award to other than the lowest priced offeror if it is in the best interest of the Government and more advantageous to the Government. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed Offer Schedule; agreement showing authorized dealer/repair representative for equipment to be maintained; completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (May 2011) Alternate I, and DFARS Provision 252.212-7000 Offeror Representations and Certifications-Commercial Items or a statement that Representations and Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of previous contracts: services provided, the length of the contract or agreement, and the dollar value, point of contact and telephone number. This information will be used to determine responsibility for the successful offeror. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items Alternate I, applies to this acquisition; 52.252-2 Clauses Incorporated by Reference (Fill-in information - http://farsite.hill.af.mil/vffara.htm); 52.204-7 Central Contractor Registration; 52.247-34 F.O.B Destination; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.204-7008 Export-Controlled Items; 252.204-7007 Alt A Annual Representations and Certifications Alternate A; 252.232-7010 Levies on Contract Payments; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-50 Combat Trafficking in Persons; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-18 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 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 Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employee Reports on Veterans; 52.222-40 Notofication of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea. Facsimile quotes ARE acceptable (270-798-7548); mailing address is Mission and Installation Contracting Command, Installation Contracting Office, 2172 13 Street, Fort Campbell, Kentucky, 42223-5355. Questions concerning this acquisition can be directed to MAJ Jesse K. Griffith (270) 412-0344, jess.griffith@us.army.mil or Kevin Day (270) 798-7854; kevin.day1@us.army.mil. All responsible concerns are required to complete the attached Bid Schedule, no other format will be accepted. Offers are due no later than 30 August 2011 1:00 P.M. CST. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 30 August 2011 1:00 P.M. CST will be rejected and not considered for award. EXPEDITIONARY FORCES AIRCRAFT SHELTER SYSTEMS (EFASS) STRUCTURE SPECIFICATIONS: Item No. 0001 EFASS 25M X 2 each - Must withstand wind gusts up to 93 mph. - Must be capable of withstanding snow loads of 20 lbs per sq ft. - Must be no less than 81.7' wide x 118' long x 35.5' tall. - Must be insulated, no less than 0.926 R rating. Should be able to be set up, torn down, and withstand temperatures from -30 degrees Celsius to 50 degrees Celsius. - Must come equipped with (pre-assembled) plug and play electrical and lighting system. - Lighting system must maintain an average of 300 lux white light at 2 meters above floor level. - Must come equipped with double runway crane, no less than 2 metric ton (2.2 tons) capable; electrically operated. - Must ship in no more than five (5) 20 foot containers, three (3) for hanger structures and two (2) for erection kits (in order to facilitate movement). Shipping containers shall be included. - Must be blackout light capable. - Door must have an emergency manual operation capable for use during power failures. - Must come equipped with two (2) erection kits (all tools and associated equipment required in setup). - Must come equipped with a closed gable end with one 5m x 5m roller shutter door. - Must contain an aluminum structural frame that is able to support 100 panels of NIJ Type III-A rated ballistic lining at a total of 5200 lbs (panels are 4' tall X 10' wide) - Cladding membrane must be PVC coated, and waterproofed. - Must contain at least two hard personnel doors with the structure. - Aircraft entrance must be safely operated in winds of 65mph. - Aircraft entrance must have no less than 18m x 7m opening and usable floor space. This minimum usable open area must be maintained thru the entire overall length of the structure. Item No. 0005 EFASS 20.4M X 3 each - Must withstand wind gusts up to 89 mph. - Must be capable of withstanding snow loads of 20 lbs per sq ft. - Must be no less than 66.9' wide x 92' long x 27' tall. - Must be insulated, no less than 0.926 R rating. Should be able to be set up, torn down, and withstand temperatures from -30 degrees Celsius to 50 degrees Celsius. - Must come equipped with (pre-assembled) plug and play electrical and lighting system. - Lighting system must maintain an average of 300 lux white light at 2 meters above floor level. - Must come equipped with double runway crane, no less than 2 metric ton (2.2 tons) capable; electrically operated. - Must ship in no more than three (4) 20 foot containers, two (2) for hanger structures and two (2) for erection kits (in order to facilitate movement). Shipping containers shall be included. - Must be blackout light capable. - Door must have an emergency manual operation capable for use during power failures. - Must come equipped with three (3) erection kits (all tools and associated equipment required in setup). - Must come equipped with a closed gable end with one 5m x 5m roller shutter door. - Must contain an aluminum structural frame that is able to support 79 panels of NIJ Type III-A rated ballistic lining at a total of 4131.4 lbs (panels are 4' tall X 10' wide) - Cladding membrane must be PVC coated, and waterproofed. - Must contain at least two hard personnel doors with the structure. - Aircraft entrance must be safely operated in winds of 65mph. - Aircraft entrance must have no less than 12m x 5m opening and usable floor space. This minimum usable open area must be maintained thru the entire overall length of the structure. Item No. 0010 EFASS 11.1M X 2 each - Must withstand wind gusts up to 89 mph. - Must be capable of withstanding snow loads of 20 lbs per sq ft. - Must be no less than 36.4' wide x 52.4' long x 13' tall. - Must be insulated, no less than 0.926 R rating. Should be able to be set up, torn down, and withstand temperatures from -30 degrees Celsius to 50 degrees Celsius. - Must come equipped with (pre-assembled) plug and play electrical and lighting system. - Lighting system must maintain an average of 300 lux white light at 2 meters above floor level. - Must come equipped with single runway crane, no less than 1 metric ton (1.1 tons) capable; electrically operated. - Must ship in no more than two (2) 20 foot containers, one (1) for hanger structures and one (1) for erection kit (in order to facilitate movement). Shipping containers shall be included. - Must be blackout light capable. - Door must have an emergency manual operation capable for use during power failures. - Must come equipped with two (2) erection kits (all tools and associated equipment required in setup). - Must come equipped with a closed gable end with one 5m x 5m roller shutter door. - Must contain an aluminum structural frame that is able to support 49 panels NIJ Type III-A rated ballistic lining at a total of 2566.2 lbs (panels are 4' tall X 10' wide) - Cladding membrane must be PVC coated, and waterproofed. - Must contain at least two hard personnel doors with the structure. - Aircraft entrance must be safely operated in winds of 65mph. - Aircraft entrance must have no less than 9.5m x 4m opening and usable floor space. This minimum usable open area must be maintained thru the entire overall length of the structure. Additional Requirements - Material must carry a minimum five year manufacturer's warranty.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/047e955ab62a0a0e4fc8943c7792d8de)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02536091-W 20110818/110816235604-047e955ab62a0a0e4fc8943c7792d8de (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 |