Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1996 PSA#1615

Bureau of Prisons South Central Regional Office, 4211 Cedar Springs Road Suite 201, Dallas, TX 75219

56 -- EXTERIOR BUILDING INSULATION MATERIALS SOL 126-0097 DUE 071296 POC Jake Anderson, Jr., Contracting Officer (214) 767-5032. 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. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. This solicitation is hereby issued as an Invitation for Bids (IFB) 126-0097. The solicitation document and incorported provisions and clauses are those in effect through Federal Acquisition Regulation Circular 90-36 (last circular at announcement publication). This procurement is being advertised as full and open competition, under standard industrial classification code 5211, with small business size standard of 500 employees. A) Schedule: The contractor shall provide the following supplies for a exterior building insulation finish to renovate two housing units: 1. Expanded Polystyrene Insulation 2. Base Coat: Dry/Prime Base coat 3. Reinforcing Mesh 4. The finish Coat. B) Statement of Work/Specifications: Expanded Polystyrene Insulation, size: 2'X 4'X 2 1/2'', shall be expanded foam insulation board which meets ASTM C-578-87a Building Standards. Edges shall be square with a maximum deviation of 1/32'' (0.8mm) per foot. Normal Density: 1.0 PFC (6KG/M). Flame spread of 25 or less and smoke generated of 450 or less when tested in accordance with ASTM E-84. Cure of board 4 to 6 weeks air cure in a heated ventilated area; or 5 days vented cure at 140 degrees fahrenheit (60 degrees celsius) or 3 days vented at 158 degree fahrenheit (70 degrees celsius). The quantity is 6000 sheets. 2. Base Coat; dry/prime coat, a polymer-modified cementitious products, shipped in 50 pounds (22.7 KG) bags, when mixed potable water is used as an adhesive and embedment mortar for installing standard mesh and insulation board to cement block wall and for installing standard mesh to insulation board. The quantity is 1,200 bags. 3. Reinforing Mesh; standard mesh is for applications requiring normal impact resistance. Available in rolls 36 inches wide X 159 linear FT. (487.5 SQ. FT. per roll) standard mesh; an open balanced weave, normal 4 ounce per square yard, alkali resistant fiberglass. The quantity is 300 rolls. 4. Finish Coat; a 100% acrylic-based coating, integrally colored and textured. Color: sand stone or equal. Texture: pebble (40000 series) finishes. The quantity is 750 each. Contractors are strongly encouraged to attend a Site Visit, scheduled for July 3, 1996 at 1:00 P.M. local time. The location will be the Federal Correctional Institution, Highway 95, Bastrop, Texas 78602. For information regarding the site visit, please contact Barbara Kelley, Supervisory Specialist, at (512) 321-3903, ext. 442. For technical information/questions regardings this procurement, please contact John Eberle, Construction Foreman, at (512) 321-3903, ext. 301. Contractor must furnish a material safety data sheet on all materials. Materials must meet all of the requirement of ACA standard 2-4153. The contractor shall provide delivery of supplies thirty (30) days after written notification of award. The Federal Correctional Institution Bastrop's hours or operation are from 7:30 a.m. - 4:00 p.m. All deliveries must be performed between these hours. Supplies are to be delivered to the Federal Correctional Institution (FCI) Bastrop, Texas. C) Clauses: Federal Acquisition Regulation (FAR) clauses 52.212-1, ''Instructions to Offerors-Commericals,'' is hereby included by reference. The following are addenda to FAR clause 52.212-1: (1) At paragraph (c), ''Period of Acceptance of Offer,'' the amount of time a bidder must hold its prices firm is hereby changed . A bidder hold the prices in its bid firm for 60 calendar days from the date specified for receipt of bids. (2) Paragraph (e), ''Multiple Offers,'' has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement. (3) Evaluation Factors for Award: Bidders are advised that bids shall be evaluated without discussions. Award will be made to the responsible bidder whose bid is responsive to the items of the Invitation for Bid and is most advantageous to the Government, considering only price and price-related factors, if any, as specified in the solicitation. (4) Business References: In order to assist the Contracting Officer in making a responsibility detemination about a prospective contractor, inaccordance with FAR Subpart 9.104-1, it is required that each bidder provide information on a reasonable number of recent and relevant contracts for the same or similar items, as the bidder's primary financial institution (to include contract numbers, points of contact, telephone numbers, and any other relevant information). FAR provision 52.212-3, ''Offeror Representations and Certifications-Commercial Items,'' shall be completed and submitted with the bid. FAR clause 52.212-4, ''Contract Terms and Conditions-Commercial Items,'' hereby applies to this acquisition. The following are addenda to FAR clause 52.212-4: (1) The following FAR clauses are hereby incorported by reference: 52.232-18, ''Availability of Funds,'' and FAR 52.217-5, Evaluation of Option.'' The following FAR clauses are hereby incorporated in full text: FAR 52.204-1, ''Approval of Contract:'' This contract is subject to the written approval of the South Central Regional Office, Dallas, Texas and shall not be binding until so approved; FAR 52.216-1, ''Type of Contract:'' The Government contemplates award of a Firm-fixed Price contract resulting from this solicitation. 52.212-5, ''Contract Terms and Conditions Required to Implement Statues or Executives Orders-Commercial Items,'' hereby applies to this acquisition. In accordance with FAR clause 52.212-5, the following clauses are hereby incorported by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for handicapped Workers; 52.222-7, Employment Reports on Special Disabled Veterans and Vietnam Era; and 52.225-19, European Community Sanctions for Services. Due Date: 07-12-96. Bids in original and two (2) copies shall be received at the Federal Bureau of Prisons, South Central Regional Office, Suite 201, Dallas, Texas 75219, Attention Jake Anderson, Jr., Contracting Officer, by 2:00 p.m. local time 07-12-96. All bids shall be clearly marked with the bidders name and IFB number. For additional information or questions, please contact Jake Anderson, Jr., Contracting Officer, at (214) 767-5032. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0334 19960612\56-0001.SOL)


56 - Construction and Building Materials Index Page