SOLICITATION NOTICE
71 -- Provide Storage Caging to include removal and installation for the Oregon Army National Guard
- Notice Date
- 2/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W90KNA13619001
- Response Due
- 3/7/2012
- Archive Date
- 5/6/2012
- Point of Contact
- Nicollette Kennemer, 5035843764
- E-Mail Address
-
USPFO for Oregon
(nicollette.kennemer@ng.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. 1.0Scope of Work 1.1The vendor shall move and/or remove existing caging and install new proposed caging in accordance with PDF attachments, sheet titles: Camp Withycombe Caging Layout Clackamas Oregon. (NOTE: PDF has active layers for ease of viewing noted plans) 1.2Provide parts, labor, material, and installations of Platoon Section Caging on Camp Withycombe cold storage building per the plans and specifications that include but not limited to; Demo approximately 20 lineal feet of existing caging, installation of approximately 110 lineal feet of new caging and install two new 8 foot gate opening with two new 4 foot panel swing gates at each opening, caging to be demoed and installed shall be from floor to roof deck, bottom and top plate will be 4 inch by 4 inch by galvanized angle welded to the vertical posts, all vertical post will be 2 7/8, schedule 40 galvanized pipe, gate openings and gates will be framed with 2 inch schedule 40 galvanized pipe, brace rails will be 1 5/8 inch schedule 40 galvanized pipe, all chain link fabric will be 9gage 1.2 oz galvanized 2 inch mesh, mesh will be attached to the top and bottom angle iron with 7 gage galvanized hug rings every two feet, mesh will be attached to vertical and horizontal rails with 9 gage galvanized steel wire with double twist on each side of fabric, attachment to concrete floor using four inch bolts with 3 embedment, using Redhead tru-bolt at each floor plate, floor plates to be inch galvanized, all hardware shall be galvanized, bolts threads to be welded to prevent tampering, all surfaces not galvanized due installation shall be touched up with galvanized paint, demoed caging material shall turned over to the owner to recycle, back fill holes in concrete floor in areas of the demoed caging was bolted with epoxy. 1.3Provide a copy of all the specifications and instructions for each item that is requested. 1.4Provide delivery/freight and installation of equipment. 2.0Requirements 2.1In addition to the provided plans, all fencing in warehouse is to have kick plates anchored to warehouse floor. 3.0Performance Period 3.1Initial installation and delivery to be determined in accordance with product availability. All other required performance will be limited to the equipment and service warranty time periods. 4.0Delivery Schedule 4.1Government shall determine schedule upon purchase of and availability of equipment. 5.0Delivery Locations 5.1Government requires any and all equipment and service purchased to be delivered to: 5.1.1Camp Withycombe 10101 SE Clackamas Rd Clackamas, OR 97015-9150 503-557-5316 Vendor must include name, point of contact, telephone no., fax no., email address, tax id no., duns no., cage code, and delivery date on the quote. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: FAR clause 52.202-1, Definitions (Jul 2004) ; provision 52.212-1, Instructions to Offerors-Commercial Items (Jan 2005); provision 52.211-6, Brand Name or Equal (Aug 1999); provision 52.212-2 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFQ. Point of Contact: SPC Nicollette Kennemer, Quotations can be mailed to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, 1776 Militia Way SE, Salem, OR 97309-5047, FAX to 503-584-3771 or emailed to nicollette.kennemer@ng.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W90KNA13619001/listing.html)
- Place of Performance
- Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR
- Zip Code: 97309-5008
- Record
- SN02668181-W 20120208/120206234203-c73a4f1dd36262d1eeea4facb4e5dac3 (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 |