Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926

Commander (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