Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

54 -- Modular Building

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Department (Code 891-2), PO Drawer 43019 MCLB Albany GA 31704-3019
 
ZIP Code
31704-3019
 
Solicitation Number
M6700403Q0017
 
Archive Date
2/6/2003
 
Point of Contact
Cpl William J Tolleson (229) 639-6784 Cpl WJ Tolleson, Contract Specialist at (229) 639-6784 or SSgt KM Mohead, Contracting Officer, (229) 639-6734
 
Description
SSgt KM Mohead, Contracting Officer. This is a combined synopsis/solicitation for commercial supplies 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; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and Defense Acquisition Circular 91-13. This action is restricted to small businesses and has a NAICS code of 332311. This solicitation contains (1) CLIN with the intent of awarding a firm-fixed price contract. The specifications listed in the below CLIN are those of National Partitions and Interiors Inc. The manufacturer specificat ions, as used here, are for descriptive and informational purposes only to reflect the features essential to the minimum needs of the government. The characteristics will be used by the government for evaluation purposes to determine whether the product offered is equal to that of the brand name specifications listed below: CLIN 0001: One (1) stand alone exterior Modular Building with the following specifications: The building shall be 24 feet wide by 60 feet long and of the manufactures standard height; Panels shall be a minimum of 3 inches thick, exterior facing shall be a minimum of 26 gauge painted stucco-embossed steel. Interior facing to be 5/8 inch thick fire-rated gypsum (type X) board clad in a light beige color vinyl. Panel core shall consist of either expanded honeycomb or polystyrene with a minimum "R" rating of 12. Panels shall be of the manufactures standar d type for an exterior building; Posts shall be constructed of 6063-T6 aluminum extrusions. Posts are to have a clear anodized finish. Posts are to be connected with screws spaced a maximum of 24 inches center to center of screw hole. Posts are to be of the manufactures standard type for an exterior building; Building shall have a minimum of four windows. Windows are to be of the manufactures standard size and shape. Window shall be located on individual panels. Windows are to be located all on one of the sixty-foot sides of the building; Building shall have a minimum of two doors located on the sixty-foot wall. Door shall be of the manufactures standard shape and size. Doors shall have one window of the manufactures standard shape and size. Doors are to be located on the same side of the building as the windows and will be in the extreme end panels on each end of the sixty-foot wall; Building roof shall be constructed of exterior steel panels. The panels shall be a minimum of 22-gauge steel. Roof shall be of the manufactures standard cable type for an exterior building. Roof is to be leak proof; Building electrical and lighting shall be of the manufactures standard type for a 24 x 60-foot building. Building shall be wired and lighted for use with 110/115-volt single-phase 60 Hz electrical power. Building shall be equipped with a breaker panel containing 20 circuits; Hardware shall be of commercial grade; Building ceiling shall be of the suspended type. Ceiling panels shall be of the acoustical type; Building shall be equipped with 2-heating/cooling units with a minimum of 24,000 BTU with heat strip. Building shall be wired for 220 Volt AC for heating/cooling system; Contractor shall supply all blue prints, plans, schematics, diagrams and instructions required for assembly of the building shall be furnished by the manufacturer prior to contract delivery. Contractor shall supply all flashing, joint sealer, purling, support beams and studs to construct this structure and make it weather tight. This shall be a self-supporting structure that requires no outside guide-wires or supports; Building exterior shall be a light sand color; Building shall be packaged for shipment using the manufactures standards package method; Buildings shall be assembled by the manufacture or his representative, on a concrete pad 61 feet long by 25 feet wide. Pad will be 6 inches thick and constructed by the government; All equipment, such as cranes, forklifts, hoists, and etc. will be the responsibility of the contractor. The government will not supply material handling equipment for the installation or erection of this building; Contractor shall be responsible for clean up of all packing material, loose paper and material left over from the building installation. Contractor will place the left over material in the appropriate disposal receptacle. Contractor shall keep work area neat and clean at all times. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, is considered to be the best value to the Government. The following factors shall be used to evaluate offers and determine best value to the Government: Price, Technical Acceptance and delivery. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors ? 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 and Condit ions Required to Implement Statues or Executive Orders ? Commercial Items (incorporating 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225-1, Buy American Act ? Balance of Payments Program ? Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic funds transfer - CCR); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation and; 52.243-1 Alt II, Changes ? Fixed Prices. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3, Offeror Representatives and Certifications ? Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before 07 January 2003, at 4:30 PM Eas tern Standard Time. All responsible sources may submit a quote that will be considered by the Marine Corps Logistics Base, Albany, GA, Contracting Dept.
 
Record
SN00208355-W 20021122/021120213517 (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.