Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

54 -- MEZZANINE SYSTEM & WIRE CAGES

Notice Date
3/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
USZA99-02-Q-0048
 
Response Due
3/27/2002
 
Archive Date
4/11/2002
 
Point of Contact
Thelma Escobar, Purchasing Agent, Phone 757-492-7960 xt2228, Fax 757-492-7954,
 
E-Mail Address
tescobar@mail.nswdg.navy.mil
 
Description
This is a combined synopsis/solicitation in accordance with the format in FAR Subpart 12.6, and FAR 13.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number, USZA99-02-Q-0048, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This procurement is unrestricted. All responses from responsible sources will be fully considered. Clin 0001, Request to have 24 each 4 foot wide by 4 foot deep by 7 foot height Wire Mesh partition single tier lockers. The wire mesh shall be 10 gauge, 1 1/2 inch diamond mesh. The finish gray powder coating. The lockers will be configured with eight lockers back to back (4x4) and four sections of single lockers with four side by side. All doors are hinged with padlock hasp. A 9 foot mezzanine (9 foot x 12 foot wide) will fit over the 16 lockers on the first floor. The decking will consist of a resin coated plywood material supported with roof decking designed to support 125 pounds per square foot. There will be a 39 linear feet of 2-rail handrail with kick plate around the perimeter of the mezzanine. A 36 inch wide stairway (8 3/4" open risers with 9" treads with railings) supported by 5" x 5" x 1/4" columns (4 ea) will be attached to the mezzanine. The mezzanine will also consist of 8" deep framing. Clin 0002, DW0340 Housing, (60"W x 27 3/4"D x 59"H), 12 ea., Clin 0003, Mezzanine System, to include STAK style pallet system. Lighting for the mezzanine to include all switches, fixtures and internal wirings. Relocate 67 doublewide cabinets from current building and incorporate 97 additional cabinets. The pallet system will be a 14 bay 16' height with 4' cantilever overhang capable of 2 ton lift. Pallet system shall be complete with 82 pallets (52"x48") and lighting package. System shall be located as to allow cantilever to position a pallet on the mezzanine area at the swing gate. Mezzanine system must be designed and built to use current cabinets and additional cabinets. Provide a platform on upper level to allow the placement of a pallet from the cantilever section of the pallet system previously mentioned and include all lighting fixtures, stairs, grating, railing and a swing gate. Decking for mezzanine shall be of material to allow use of a standard pallet jack to facilitate movement of entire pallet when loaded. A written guarantee of compatibility, liability and warranty must be provided. Solicitation Provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2000) is hereby incorporated by reference. Solicitation Provision FAR 52.212-2, Evaluation Commercial Items (Jan 1999) is hereby incorporated, the evaluation factors are technical, price, and past performance. The government will make a determination of best value based on the evaluation factors cited. Contractors are reminded to submit a complete copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their quote, if readily available. If not, the clause will be forward for completion prior to award (Oct 2000). Clause 52.212-4, Contract terms and Conditions Commercial Items (May 1999) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2000) is hereby incorporated by reference, as well as the following clauses cited in the clause which apply to this solicitation, 52.222-0026, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act/Balance of Payments Program. Additionally, the following clauses are applicable to this solicitation, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 52.204-7004, Required Central Contractor Registration, 252.225-7000 Buy American Act Balance of Payment Program Certificate, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7002, Qualifying Country Sources as Subcontractors. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. Questions pertaining to the solicitation must be submitted in writing and may be faxed to Thelma Escobar, 757-492-7954. Signed and dated quotes referencing the RFQ number USZA99-02-Q-0048 must be submitted, no later than 4:30 p.m. 27 March 2002 to Thelma Escobar, NSWDG, 1636 Regulus Ave, Bldg 313, Virginia Beach, VA 23461-2299. The quotes must provide sufficient detail on the proposed item to allow the government to make a best value determination.
 
Record
SN00037243-W 20020308/020307125050 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.