Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

54 -- TENTS FOR PROPULSOR CONTAINMENT UNIT

Notice Date
9/5/2012
 
Notice Type
Presolicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
SPMYM2 DLA Maritime Puget Sound 467 W Street 2nd Floor Bremerton, WA
 
ZIP Code
00000
 
Solicitation Number
SPMYM212T0478
 
Response Due
9/21/2012
 
Archive Date
10/31/2012
 
Point of Contact
Jo Ann Togioka (360) 476-5330
 
Small Business Set-Aside
N/A
 
Description
DLA MARITIME PUGET SOUND intends to issue a solicitation for the design, manufacture, delivery and installation of the following commercial supply type item, Tent, with the following dimensions and specifications: One (1) each, size: 55 Feet wide x 30 Feet long x 46 feet center height x 18 feet 6 inch sidewalls; 22 ounce cover, translucent white, flame retardant PVC Fabric with polyester scrim; frame members 30 inch heavy wall galvanized tubular steel, 4-chord truss design, all weld joints shall be protective zinc coated for corrosion protection in a severe marine environment; to include removable end covered panels on both ends, attached by a cable and tighten system with no frame, the ends shall stop 8 feet above bottom of the structure, the bottom edge or the end panel shall have grommets spaced every 8 inches, end panels are not required to meet design wind and weather load criteria; maximum weight of 30,000 lbs.; includes assembly and set up. One (1) each, size: 48 Feet wide x 36 Feet long x 42 feet center height x 18 feet sidewalls; 22 ounce cover, translucent white, flame retardant PVC Fabric with polyester scrim; Frame members 30 inch heavy wall galvanized tubular steel, 4-chord truss design, all weld joints shall be protective zinc coated for corrosion protection in a severe marine environment; to include removable end covered panels on both ends, attached by a cable and tighten system with no frame, the ends shall stop 8 feet above bottom of the structure, the bottom edge or the end panel shall have grommets spaced every 8 inches, end panels are not required to meet design wind and weather load criteria; maximum weight of 30,000 lbs.; includes assembly and set up. The unit structures shall be designed and constructed to meet all Puget Sound Naval Shipyard building requirements including, but not limited to, temperature, wind, snow, and seismic load requirements; must be able to be crane lifted and transportable fully assembled, the structure base shall support the weight of the structure itself plus the maximum roof load weight, appropriate removable Guide Brackets (example Crosby Brackets) shall be included with each shelter, the overall rigged height for each unit shall not exceed 127 feet from the crane hook to the containment base. Fabric cover composite materials having a flame spread index not greater than 50 when tested in accordance with ASTM E 84 or UL 723 shall be acceptable as noncombustible materials and all fabric joints shall be designed to be assembled in a manner to prevent the collection, retention and/or entrance of moisture. The units shall be designed to roll upon 112 area Crane Rail, crane wheels shall be double flanged, capable of being moved on the rails by no more than six (6) average size workers, with each corner having a hard-point incorporated into the structure to allow bearing or pulling. This requirement is for 1 EA, CLIN 0001 and 0002. It is anticipated that the resultant contract will be a firm fixed-price contract awarded competitively on an unrestricted basis. The applicable NAICS Code is 332311. Offers shall be FOB Destination to Bremerton, WA. The solicitation number for this requirement is SPMYM2-12-T-0478. It is anticipated that the solicitation will be available for download on or around 7 September 2012. The closing date of the solicitation will be on 21 September 2012 at 3:00PM Pacific Local Time, unless a later date is specified in the solicitation. The RFP will be posted on the Navy Electronic Commerce Online (NECO) web link at https://www.neco.navy.mil and will also be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Joann.Togioka@navy.mil or Joann.Togioka@dla.mil. Inquiries should be directed to Jo Ann Togioka, (360) 476-5330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a4cda95a0fb82bc9696b04660fcffbd)
 
Place of Performance
Address: PSNS NAVAL SHIPYARD
Zip Code: , BREMERTON, WA
 
Record
SN02867663-W 20120907/120906000202-5a4cda95a0fb82bc9696b04660fcffbd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.