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