COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS
54 -- GUARDHOUSES
- Notice Date
- October 25, 2001
- Contracting Office
- US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133
- ZIP Code
- 99133
- Solicitation Number
- 02SQ170234
- Response Due
- November 9, 2001
- Point of Contact
- Pamala K Marrs 509-633-9512
- E-Mail Address
- GUARDHOUSES-02SQ170234 (pmarrs@pn.usbr.gov)
- Description
- This is a combined 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; price quotes are being requested and a written solicitation will not be issued. Solicitation No. 02SQ170234 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) code is 332311. The small business size standard is 500 employees. CLIN 001 -- GUARDHOUSE -- 3 EACH: Security guardhouse, 8 foot by 10 foot booth, with the following features: Unit to be constructed of minimum 2" x 2" x .083 structural steel tube frame with R-10 insulated, 16 gauge galvanized steel exterior panels and tubing, all welded joints to be ground smooth throughout. Roof shall be 16 gauge galvanized steel. All seams continuously welded and weather-proofed. All steel surfaces shall be painted with rust inhibitor epoxy primer and all exposed interior and exterior steel surfaces shall be electrostatically painted with at least one finish coat of industrial air dry enamel, gray in color. Booth will have a 14 gauge galvanized steel 12" fascia and 12" overhang and include down spouts and gutters for drainage. Roof to meet or exceed rating R-19 insulation. Booth to have lifting eyes at each corner for hoisting by crane. Also required are 11 gauge steel plate floor covered with non-skid alkyd paint. Booth to have one steel framed sliding door that includes glazing, lock and hardware. Door shall be top suspended sliding type, fully weather-stripped. Booth to have one sliding ventilation window opposite the door, fixed windows on all other sides as to have a panoramic view. Windows are to be tinted and made of 1/4" tempered safety glass, with locks and hardware, and to include insect screens. Booth to come complete with 40 amp interior fluorescent lights with acrylic lens and a wall dimmer switch. Four anchor clips are to be welded on for securing building. Booth to be 120/240 volt, 8 pole, 125 amp, single phase load center, with two electrical duplex outlets and 100 amp capacity 6 circuit breaker box. Booth to have one steel counter across width of booth and a 22" deep steel shelf with utility drawer beneath counter. Counter shall be welded in place and include electrical cord access hole. Booth to have an 8,000 BTU air conditioner, 13,500 BTU heater with fan and thermostat, and must be UL listed, Big Enterprises, or equal. State Manufacturer and part number, warranty information and estimated delivery time. If quoting an equal, descriptive literature shall be submitted with quote. FAR provision 52.212-1, Instructions to Offerors Commercial Items (OCT 2000), applies to this acquisition. Evaluation and award will be made using the Simplified Acquisition Procedures in FAR Part 13. A completed copy of the FAR provisions at 52.212-3, Offeror Representatives and Certifications Commercial Items (MAY 2001) shall be included with your quote. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items (MAY 2001) and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2001) applies to this acquisition. The following additional FAR clauses cited in Clause 52.212-5 are applicable to this acquisition and are incorporated in this contract by reference: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-1, 52.225-13, and 52.232-34. The following additional FAR Clause is applicable to this acquisition and is incorporated in this contract by reference: 52.211-6, Brand Name or Equal. To determine which quotation represents the BEST VALUE to the Government, the following evaluation factors will be used: quality, price, and delivery time. Please specify in your quotation the earliest possible delivery date you can provide. Delivery to be made to: U S Bureau of Reclamation, Whse B -- Door 6 -- Industrial Area, Grand Coulee WA 99133. FOB Point: Destination. Facsimile quotes will be accepted. Full text versions of clauses may be obtained on the Internet at www.arnet.gov/far/. See Number Note(s) 1.
- Record
- Loren Data Corp. 20011029/54SOL001.HTM (W-298 SN511565)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on October 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|