Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1998 PSA#2043

Department of Veterans Affairs Medical Center, 500 West Fort St., Boise, ID 83702

54 -- PROVIDE TWO (2) MODULAR HOME UNITS SOL 531-26-98 DUE 031698 POC Carol Grant Barr This is a combined synopsis/solicitation for the purchase of commercial item services. This notice is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation and is issued as Request for Proposal. The applicable Standard Industrial Code is 5271 and this solicitation is 100% Small Business Set-Aside. A written solicitation will not be issued. This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 97-03. The Statement of Work (SOW), and the incorporated clauses will govern any resulting contract awarded as a result of this solicitation. This VA Medical Center requires two (2) each; Mobile Homes, prefabricated in accordance with all Federal Safety and Construction Standards, HUD Codes, delivered and installed to include blocking and skirting to fit the following SOW: (1) DATE REQUIRED: 6/1/98. (2) SIZE: Maximum length 56 feet, 4 inches to be approximately between 1380 and 1500 square feet, doublewide. Must have a Master Bedroom plus two (2) additional bedrooms, a master bathroom plus one (1) additional bathroom, a full kitchen, laundry, living room and dining area. (3) UTILITIES & EQUIPMENT: Gas fired furnace, minimum 30 gallon gas fired water heater, 200 amp electrical panel, filly air conditioned, wired telephone jacks in each bedroom, kitchen and living room, single point connection for water and sewer, standard size electrical stove/oven with exhaust hood, minimum 18 cubic foot frost free refrigerator with ice maker, plumbing for refrigerator ice maker, garbage disposal, dishwasher, washer and dryer with necessary plumbing, wiring and vent, door bell, copper wiring throughout, GFI breakers where required by code and smoke detectors where required by code. (4) EXTERIOR SHELL: 2x6 studs, 16" on center exterior walls with minimum R-19 insulation, 2x6 floor joists with minimum R-22 insulation, minimum R-30 insulated ceiling, vinyl siding and skirting, vinyl frame, double pane, low E windows, composition shingle roof with minimum pitch of 3 to 12, porch lights at each exterior door, 30 lb. roof and chassis, exterior hose bib, 36" steel front door, deadbolts on exterior doors, minimum 6 inch eaves all around. (5) INTERIOR: Taped, textured, and painted gypsum board walls and ceilings throughout, cathedral ceiling throughout, minimum 2x3 interior stud walls, horizontal mini blinds on al windows except frosted bathroom windows, wood grain or white interior doors, lockable hardware on master bedroom and bathrooms doors, door stops, vinyl flooring in bathrooms, kitchen, utility, and dining areas, cut pile nylon carpet (minimum 30 oz), ceiling light fixtures in bedrooms, glass light fixture throughout, paddle fan light in living room, clothes bar and shelf in each closet. (6) BATHROOMS: (a) Each bathroom shall have: towel bar and toilet tissue holder, mirror with bar light, exhaust fans, and porcelain sinks set in vanity. Tub with showerhead in second bathroom and Separate or combination tub and shower in master bathroom. (7) KITCHEN: Standard kitchen cabinets/drawers with laminate counter tops and tile back-splash, standard kitchen faucet with sprayer and light over kitchen sink. Delivery and set-up date shall be no later than June 6, 1998. Each proposal must be accompanied by at least two (2) floor plan options to include all utility connection points. Each proposal shall have at least three (3) color schemes from which to make a selection. Proposals shall have written warranties pertaining to the unit and/or all equipment and appliances. Proposal shall include delivery and set-up including leveling, blocking in place, tie-downs, removal of tongue and skirting. The VA will connect all utilities. The following factors shall be used for evaluation; (1) technical capability of the item offered to meet the minimum requirements listed above, (2) Warranties, and (3) delivery schedule and the ability to meet delivery date of 6/1/98 and (4) price factor is of equal importance to (1), (2) & (3). All responsible bidders may submit a written offer for consideration by the Government. A firm fixed priced contract resulting from this solicitation will be awarded to the responsible offeror whose offer conforming to this solicitation is most advantageous to the Government. Federal Acquisition Regulation (FAR) provisions at 52.212-1, and 52.212-3 apply to receipt of offers and are hereby incorporated by reference. FAR clauses 52.212-4 and 52.212-5, as applicable, will apply to an awarded contract and are also included in this notice by reference. FAR clause 52.249-8, Default and FAR provision 52-237-1, Site Visit are added as addenda and are hereby incorporated by reference. Offeror's are reminded to include a completed copy of the provision at 52.212-3. All referenced clauses and provisions are available on the Internet Web at http://www.arnet.gov/far. T (0057)

Loren Data Corp. http://www.ld.com (SYN# 0244 19980303\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page