Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2001 FBO #0010
PRESOLICITATION NOTICE

54 -- 54-Prefabricated Structures and Scaffolding

Notice Date
12/10/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DATM07-02-T-0006
 
Response Due
12/27/2001
 
Archive Date
1/26/2002
 
Point of Contact
Jacque Phillips, 928-328-6903
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(jacque.phillips@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Commercial Item. The United States Army Yuma Proving Ground (USAYPG), AZ has a requirement for five shelters to house monitoring and control equipment. This is a 100% small business set-aside under SIC3448/NAICS332311, 500 employees or less. In accordance with FAR 12, 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/pro posals are being requested and a written solicitation will not be issued. The shelter shall be approximately eight feet wide by ten feet long by eight feet high with a minimum interior height of 78 inches from floor to bottom of lights or ducting. Long sid e of the shelter shall have one personnel access metal door in the center. Metal door shall be a standard 36-inch width and shall have Best Lock fixture 8 type keyed lock installed. The door shall open outward. Exterior surfaces shall be a minimum of 14-ga uge steel. Steel exterior shall be primed with a zinc chromate and painted white. The shelter shall be skid mounted using steel skids. The shelter will be void of any windows. Two cable entry ports shall be provided on the wall opposite the door, one in ea ch corner. Ports shall be located approximately 12 inches from both the floor and the adjacent wall. The interior walls, floor and ceiling shall be insulated with sprayed polyurethane insulation to an R factor of 19 or better. The walls and ceiling shall b e sealed with 5/8-inch sheet rock and painted semi-gloss off-white color. The floor shall have a tile surface. The walls, floor and ceiling material shall be made of fire retardant material that meet applicable fire safety codes of one hour or better. The shelter shall have one roof mounted refrigeration unit to maintain 70 degree Fahrenheit inside the shelter. Each unit shall have approximately 13,000 BTU cooling 5,000 BTU heating. Heating and refrigeration system shall be hardwired into the AC service pa nel on independent circuit breakers. See drawing for approximate refrigeration unit placement. The interior lighting system shall be a minimum of four sets of double tube florescent fixtures, 48 inches long, T-8 type. See drawings for approximately lightin g placement. A minimum of four duplex, 115-1125 volt AC, 20 amp power receptacles shall be provided. Two receptacles shall be evenly spaced on the wall opposite the door; one receptacle shall be placed in the center of both sidewalls. All receptacles shal l be mounted 15 inches from the floor. All lights and receptacles shall be on separate circuit breakers. Light switch shall be located on the interior wall adjacent to the door handle. The electrical system shall be 110/208 volts AC 60 amps single phase and have a disconnect switch on the outside of the shelter with a single point hook-up. The electrical system shall be adequately protected with circuit breakers. All circuit breakers shall be labeled accordingly. The electrical and lighting fixtures sh all be securely attached to the super structure of the shelter. The completed shelter shall be equipped with lifting eyes. DELIVERABLES: Shelter shall be delivered to USAYPG, Yuma, AZ 85365 on Hwy 95, approximately 25 miles North of Yuma, AZ, 60 days afte r receipt of order. To download drawings for this requirement see USAYPG Contracting Web page http://www.yuma.army.mil/contracting/rfp.html listed under Solicitation Number DATM07-02-T-0006. FAR and DFARS Clauses/provisions through FAC 97-27 are applicable to the subsequent award. Clauses/provisions are: 52.212-1 Instructions to Offertory Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms an d Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.215-5 Facsimile Proposals; 52.247-34 FOB Destination; 252.212-7001 Contra ct Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. Indicate in your proposal whether you will accept payment by Government Visa Credit Card. Direct all technical questions in wr iting to Becci.Winkler@yuma.army.mil or B. Winkler 928-328-6163 Fax 928-328-6849. Your proposal shall include legal company name, mailing address, POC, phone/fax, Email address, business size, DUNS number, CAGE code, Tax ID number and Contractor Certificat ions IAW commercial items clause above and pricing information. You may Fax or Email your proposal to Ms. Winkler no later than 4:00 PM, MST, 27 December 2001.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN20011210/00002395-011211095613 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.