SOLICITATION NOTICE
70 -- Seismic Protection Platforms
- Notice Date
- 9/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
- ZIP Code
- 99703-0510
- Solicitation Number
- 0010081404
- Response Due
- 9/22/2011
- Archive Date
- 11/21/2011
- Point of Contact
- Kelly L. Barrie, 907-353-6923
- E-Mail Address
-
MICC - Fort Wainwright
(kelly.barrie@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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 0010081404 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, Effective 04 August 2011. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 541519 with the total income not exceeding $25 million. Description of Requirement: The request is to install seismic protection in accordance with the attached performance work statement and the following requirements: Install seismic platforms with the following specifications: 12 Each End Planks which must be 10.75" Wide and 42" Long. 35 Each Center Planks which must be 12.75" Wide and 42" Long The seismic protection system must not be bolted to the existing building structure, in accordance with Defense Information Systems Agency (DISA) engineering recommendation. The system installed must be designed to isolate, work independently from and protect the existing equipment without any regard for existing building seismic protection. Platforms installed must have an open frame design to integrate the cabling and air flow requirements in place in under the existing raised floor. The platforms must be capable of reducing the floor loading by 90% during seismic activity. Platforms must be reconfigurable to allow for future expansion. The protection system cannot increase the overall height of the existing racks by more than 3 inches. The protection system must meet seismic zone 4 standards. The preferred platform protection should be standardized on a ball and cone, ball bearing technology. 29 Each functioning server cabinets must be lifted onto and secured to the assembled platforms. These existing cabinets must be lifted powered-on with zero downtime for equipment during normal duty hours. 17 Each new cabinets must be placed and secured onto the seismic platforms. Quote shall include all shipping, freight, delivery and handling fees and charges to FOB Destination on Fort Wainwright, Alaska 99703. Quote shall include all installation costs. Quote shall include estimated travel costs to Fort Wainwright, Alaska, in accordance with the Federal Joint Travel Regulation (JTR) and the Federal Acquisition Regulation (FAR). All travel costs will be reimbursed based on actual costs, not to exceed authorization in the JTR and FAR. Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with Central Contractor (CCR). Vendors may register at: http://www.ccr.gov. Quote Information: Quotes shall be submitted and received no later than Thursday, September 22, 2011, at 1500 hours (3:00 P.M.) Alaska Standard Time. Quotes may be e-mailed or faxed to the attention of primary point of contact listed below. Contact Information: Please send any questions or requests to: Mission Installation Contracting Command-Fort Wainwright, Alaska 99703 ATTN: Kelly Barrie, call (907) 353-6923, email to kelly.barrie@us.army.mil or fax (907) 353-7302. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Provision 52.252-2, Clauses Incorporated by Reference. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. FAR Clause 52.219-1, Small Business Program Representations. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR Clause 252-225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.247-7023, Transportation by Sea and Air (xiii). The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d012f68add90fbaf88342cdd227f6c85)
- Place of Performance
- Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
- Zip Code: 99703-0510
- Zip Code: 99703-0510
- Record
- SN02581951-W 20110920/110918233248-d012f68add90fbaf88342cdd227f6c85 (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 |