SOLICITATION NOTICE
54 -- Hazardous Material Chemical Storage Building
- Notice Date
- 7/28/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1968 GILBERT ST, NORFOLK, VA 23511
- ZIP Code
- 23511
- Solicitation Number
- N6669115RC007EY
- Response Due
- 7/31/2015
- Archive Date
- 1/27/2016
- Point of Contact
- Name: Donna Curry, Title: CONTRACT SPECIALIST, Phone: 7574431256, Fax:
- E-Mail Address
-
donna.curry@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N6669115RC007EY and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-31 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001: HAZMAT Chemical Storage Building; 26 ft. locker / container; Fire rating: 2 Hours; Minimum Exterior Dimensions: 8?6?H x 26?W x 8?D; Double walled; Minimum: 12-gauge Galvannealed Steel construction for exterior walls; Minimum: 20?gauge Galvannealed Steel construction for interior walls; Welded construction; 3 airspaces; Must have built-in spill containment sump with chemical resistant coating (Sump must be weather proof, noncombustible and minimum 12-gauge steel. Sump capacity must be minimum 25 percent of total storage capacity of the locker.); Minimum R-11 and Maximum R-15 insulation in Walls and Ceiling; Must be double wall construction with 3?-3.5? of air space throughout; Underwriters Laboratories (UL) approved and 2008 & 2011 NEC compliance on all electrical installation; Storage locker must be in accordance with standards set forth by National Fire Protection Association (NFPA) Code 30 and comply with OSHA and EPA regulations; Must be Factory Mutual (FM) approved for storing and dispensing of flammable and combustible liquids; Locker base must have channel design to allow visual inspection under building: Crane/forklift opening to be provided for ease in of loading and relocation; Minimum one air inlet vent for each compartment for natural ventilation (The natural ventilation shall provide a rate of 1 cubic foot per min per square foot of floor space. Vents must have fire dampers and exterior louver for optimum airflow and preclusion of bird and animal entry.); All accessories UL listed; Electrical: 50 Hz.; Hazard labeling (DOT Placard Holder, NFPA 704 rating sign); Bolt-down plates (4) with 7/8 diameter holes for wind and seismic bracing; 15 year structural warranty, 1, EA; LI 002: Separation Wall / Sump Divider, 8? Deep; (to create 3 compartments); 2 hour fire rated; Steel, 2, EA; LI 003: Double Door (One per compartment); Dimensions: 60?W x 80?H; Fire Rated: 1.5 Hours; Construction: Steel; Must have UL classified commercial grade keyed lock set; Must be equipped with door closer, 3, EA; LI 004: Galvanized Steel Floor Grating; 12 gauge galvanized steel; Floor Load of 250 PSF; Slip resistant Planking; Removable, 1, EA; LI 005: Interior Shelving, 16?W, with 2? Lip Sides; Steel; 500 lb. capacity per shelf. First (from left) compartment: 4 EA - 8 ft shelves on back wall; 4 EA ? 6 ft shelves on left wall. Middle compartment: 4 EA - 8 ft shelves on back wall; 4 EA ? 6 ft shelves on left wall. Third compartment: 2 EA ? 8 ft shelves on back wall; 2 EA ? 6 ft shelves on left wall, 20, EA; LI 006: Sump Liner for Hazmat Building (one per compartment); 40 Mil. thick, 3, EA; LI 007: Sump Drain with Lockable Valve, 2? NPT (one per compartment); Steel, 3, EA; LI 008: Explosion-Proof Exhaust System w/Indicator Light 388 CFM (one per compartment); Suitable for Class 1, Division 1 Location; 50 Hz., 3, EA; LI 009: Explosion-Proof Interior Light w/Switch (one per compartment); Steel; Corrosion resistant; 150 Watt medium base incandescent fixture; 50 Hz., 3, EA; LI 010: Explosion-Proof Light w/Photocell Exterior for Hazmat Buildings; Steel; Corrosion resistant; 150 Watt medium base incandescent fixture; Wall mounts with guard; Suitable for Class 1, Division 1 location; 120 volt, 1.25 Amps, UL listed; 50 Hz., 3, EA; LI 011: Dry Chemical Fire Suppression System (One per compartment); Fire Suppression System must be designed and installed in accordance with the National Fire Protection Association (NFPA 17). The tank must be able to pressurize and the nitrogen cartridge is un-installed during shipping to prevent discharge and to be in compliance with Department of Transportation regulations., 3, EA; LI 012: Dry Chemical Fire Suppression System Strobe Alarm; 50 HZ.; 240 Volt;.07 Amp, 1, EA; LI 013: Portable Eyewash Station 6 Gal; Heavy duty bracket; Eye wash sign, 1, EA; LI 014: Grounding Kit (8ft rod, 10ft cable with clamp); Grounding Rods along Back Panel, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 332311 and the Small Business Standard is 500. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6669115RC007EY/listing.html)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN03812857-W 20150730/150728235331-cc9b6aeccf6338f89a148adbbae8f331 (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 |