|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926Commander (FCP), USCG MLC (Pacific), Finance Division, Coast Guard
Island, Alameda, CA 94501-5100 54 -- DEPLOYABLE PORTABLE SHELTER SOL DTCG89-97-Q-6PBD57 DUE 092597
POC Emely Hagins, Contracting Officer, (510) 437-3004 E-MAIL: Click
here to contact the Contracting Officer via e-mail,
ehagins@d11.uscg.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued. The
Request for Quotation number is DTCG89-97-Q-6PBD57 and incorporates
provisions and clauses in effect through Federal Acquisition Circular
90-46. This acquisition is unrestricted under SIC Code 3448. The
contract type will be firm fixed price. The scope of work will be for
the manufacture and delivery of: Item 001, One each portable shelter,
must be fully deployable and able to set up and take down completely
within 96 hours for deployment without special equipment or tools (such
as a crane). The structure must be able to withstand multiple
deployments (at least 5 set up/take down cycles per year) without
suffering permanent damage or decrease in effectiveness. Minimum
expected life span of structure is 10 years. The dimensions must meet
the following requirements: length: 80 -- 90 feet, width: 40 -- 50
feet, height: 20 -- 25 feet, eaves height: 13 -- 16 feet maximum and
weight less than 5,000 lbs. Shelter must be able to be transported by
standard military cargo aircraft and vehicles. Access requirements: one
full width/full height opening on one end for vehicle access/large item
storage. One (or more) personnel access doors. Internal floor area must
be free of obstruction (supporting poles, cables, cross beams, risers).
Interior must have ability to hang lighting, HVAC and hoists for up to
one ton loads. Environmental requirements: Must meet Metal Building
Manufacturers Assoc. building codes for at least 80 mph winds with a
safety factor of at least 1.95 at exposure level "C". Must be able to
withstand ground snow loads of at least 25 pounds per square foot (not
reliant on snow shedding to meet requirement). Exterior covering must
be water resistant, flame resistant and resistant to rot, and tan in
color . Structure must be free standing without need for foundation or
footings, but able to be anchored to existing ground or concrete if
necessary. Item 002, Field Advisor, provide on-site field advisor at
time of delivery for training of personnel on assemble/disassembly,
maintenance and to supervise the unloading and initial construction of
structure. Shipping and Delivery: The contractor shall deliver
portable shelter and technical assistance within 60 days of award to
Coast Guard Integrated Support Command San Pedro, CA. Crate shall be
marked with the contract number, name and address of the contractor, on
the outside for identifying purposes . The following FAR provisions
applies to this acquisition: FAR 52.212-1, Instruction to Offers
Commercial Items, FAR 52.212-3 Offeror Representations and
Certifications Commercial Items, all offerors are to include with their
offer a completed copy FAR clause 52.212-3. (Copies of FAR 52.212-3 are
available upon request from the Contracting Officer), FAR 52.212-4,
Contract Terms and Conditions Commercial Items. FAR 52-212-5, Contract
Terms and Conditions required to Implement Statutes or Executive
Orders Commercial Items. The following clauses cited in FAR 52.212-5
are applicable to this acquisition; 52.222-26, Equal Opportunity (E.O.
11246), FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative action
for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment
reports on Special Disabled Veterans of the Vietnam Era (38 U.S.C.
4212) FAR 52.225-3, Buy American Act Supplies(41 U.S.C. 10).FAR
52.225-21 Buy American Act-North American Free Trade Agreement
Implementation Act-Balance of Payments Program (41 U.S.C. 10, Pub. L.
103-187). Offers are due on 25 September 1997, 2:00 pm local time.
Offers shall be mailed to Commander, Maintenance and Logistics Command
Pacific, Bldg. 54-A, Coast Guard Island, Alameda, CA. 94501-5100,
Attn: Emely Hagins. Offers must provide as a minimum:(1) solicitation
number (2) name and address, point of contact and telephone number of
the offeror; (3) terms of any expressed warranty; (4) price and
discount terms; (5) a complete copy of the representations and
certifications; (6)sufficient technical literature and description to
allow the Contracting Officer to evaluate conformance with the
technical requirements as well as evaluate the offeror's past
performance qualifications and proposed delivery schedule. The
following notice is for informational purposes only; Minority,
Women-Owned and Disadvantaged Business Enterprises. The Department of
Transportation, (DOT) Office of Small and disadvantaged Business
Utilization (OSDBU) has a program to assist minority, women-owned and
disadvantaged business enterprises to acquire short-term working
capital assistance for transportation-related contracts. Loans are
available under the DOT Short Term Lending Program, (STLP) at prime
interest rates to provide accounts receivable financing. The maximum
line of creditis $500,000.00. For further information and application
forms concerning the STLP, call the OSDBU at (800)532-1169. For
information concerning the acquisition, contact the contracting
specialist listed above. (0248) Loren Data Corp. http://www.ld.com (SYN# 0249 19970909\54-0002.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|