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