Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082

Fleet Industrial Supply Center Jacksonville Guantanamo Bay Det, PSC 1005 Box 33, FPC AE 09593-0133

54 -- CHEMICAL STORAGE BUILDING/LOCKER SOL N68836-98-Q-V070 DUE 052798 POC Point of Contact -- Elizabeth Edmundson, Purchasing Agent, 011-5399-4595/4254, Contracting Officer, Earl Bush, 011-5399-4304 This procurement is unrestricted; all responsible sources may submit a quotation. This is a combines 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, quotation are being requested and a separate written solicitation will not be issued. Solicitation number N68836-98-Q-V070 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. The standard industrial code is 3448. This requirement is for a fixed price contract for one line item as follows: Line item 0001; Quantity 11 ea, Item Description; 6 drum hazardous material storage building/locker FM approved. Dimensions are 7 6 long and 5 6 wide x 8 0 high. Building is to be relocatable. There shall be a minimum of 2 hour fire rated gypsum or interior walls and ceilings protected by non-rusting galvanized steel siding of 12 gauge steel sheathing with 16 gauge formed steel studs. There shall be a minimum of 2 hour fire rated roof structure of 12 gauge steel with 16 gauge formed steel joints in accordance with ASTME119. The floor is to be steel floor grating in removable sections rated 300 pounds per square foot with raised 1-1/8 thick painted plywood overlayment for drum support. The door is to be 54 x 80 two hour five rated double steel wall door with locking system. A 160 gallon sump capacity with two hour fire rated sump. Continuous seam welding on all interior and exterior joints. One explosion proof mechanical ventilator, 350 CFM equipped with 90 minute UL classified fire dampers. Two ventilation louvers. Interior surface to be a chemical resistant white epoxy finish. The exterior surfaces are to be white urethane finish for high impact, corrosion and abrasion resistant. Static grounding and bonding angles with four foot grounding rod and cables. Provide hazard labeling: DOT Flammable placard and NFPA 704 sign for the door. The building/locker shall have a four inch riser for forklift/crane slings or sump inspection. The building shall have four hold down angles for bolting to foundation for seismic and wind load anchoring. A diamond plate steel loading ramp 250 pounds per square foot to be included. The automatic dry chemical suppression system provided with an exterior alarm bell with two pull stations, one located inside the building and one on the outside right end wall. The building is to be shipped assembled. Delivery of all items is required 60 days after award of contract to be delivered FOB destination to: Fleet Industrial Supply Center, Building CEP-201 Naval Base, Norfolk, VA 23511. The provision at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1997) is hereby incorporated by reference. The clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 1996). The clauses 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222037, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items applies wit the following clauses applicable for paragraph (6); 252-225-7001, Buy American Act and Balance of Payments Program. The government intends to make a single award to the responsible contractor whose written quotation is the most advantageous to the government considering price and price related factors. This solicitation will be evaluated on the following factors: Technical (fire rating and construction specifications), past performance and price. Technical and past performance are equal and when taken together are significantly more important than price. Quotations must be received no later than 3:00 pm EST27 May 98. Quotation sent via the US Postal Service should be mailed to FISC Jacksonville Guantanamo Bay Det, PSC 1005 Box 33, FPO AE 09593-0133. Note that mail time to Guantanamo Bay may exceed 14 calendar days. Recommend faxing quotation to 011-5399-4546. (AC0422045-07) (0112)

Loren Data Corp. http://www.ld.com (SYN# 0277 19980427\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page