Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOLICITATION NOTICE

54 -- Storm Shelters

Notice Date
4/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1803 Macomb Road, Fort Sill, OK 73503
 
ZIP Code
73503
 
Solicitation Number
W9124L-T-17-0027
 
Response Due
4/12/2017
 
Archive Date
10/9/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 W9124L-T-17-0027 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 327390 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-04-12 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Sill, OK 73503 The MICC Fort Sill requires the following items, Brand Name or Equal, to the following: LI 001: Concrete Storm Shelters 8'X10' Storm Shelters 8'X10' Concrete storm shelter shall meet the following requirements as a minimum: a. All shall be the same make and model. b. Shall meet FEMA Publication 320 for a safe room. c. Delivery will be the Potato Hill Range, Ft. Sill, OK. f. Outside dimensions shall be: 8FT wide X 10FT long X 8FT 4 inches at peak. g. Base: 6 inches thick concrete with 1/2 inch and 3/4 inch rebar. h. Walls and roof: 4 inches thick concrete with 1/2 inch rebar 12 inches on center in both directions. I. Roof support beam: 6 inches X 12 inches X 10 foot with 3/4 inch rebar. j. All rebar grade 60. k. Walls, roof and roof support beam of monolithic construction (no seams or joints). l. All rebar continuous through all corners. m.Concrete: minimum 5000 PSI compressive strength. n. Door: 2 inches X 36 inches x 74 inches of 3/16 inch horizontal stiffeners. o. Door hinges: 3 commercial grade hinges with 3 latches opposite hinges. p. Roof surface: painted light gray. q. Exterior: Portland cement stucco unfinished. r. Interior: unfinished. s. Ventilation: 4 pressure relief openings 5 inches in diameter located 2 on each end, each side of roof support beam with 3/16 inch steel hoods on the exterior to prevent debris entry. FOB: Destination, 12, EA; LI 002: Delivery Fee Company is responsible for the shipping, delivery, offload and placement of all shelters at the "to be specified" locations on Ft. Sill. Upon award, Contractor shall contact organization (POC will be provided upon award) one week in advance for delivery appointment. FOB: Destination, 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, MICC Fort Sill 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Sill 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 bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. FOB Destination CONUS (CONtinental U.S.) Bids must be good for 30 calendar days after close of buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdd50a28674048b2c566e6481b80d365)
 
Place of Performance
Address: Fort Sill, OK 73503
Zip Code: 73503-5100
 
Record
SN04462536-W 20170408/170406234911-bdd50a28674048b2c566e6481b80d365 (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.