Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

Z -- Relocate Window A/C Units for Storm Windows

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, FMOD, Bldg. 003, Rm. 320, BARC-West 10300 Baltimore Avenue, Beltsville, MD, 20705-2350
 
ZIP Code
20705-2350
 
Solicitation Number
ACUNITS005
 
Response Due
9/5/2003
 
Archive Date
9/20/2003
 
Point of Contact
Melanie Roberts-Johnson, Purchasing Agent, Phone 301/504-0145, Fax 301/504-0333, - Melanie Roberts-Johnson, Purchasing Agent, Phone 301/504-0145, Fax 301/504-0333,
 
E-Mail Address
robertjm@ba.ars.usda.gov, robertjm@ba.ars.usda.gov
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS CLASSCODE: Z?Maintenance, Repair or Alteration of Real Property OFFADD: USDA, ARS, FMOD, BA, Purchasing Section, 10300 Baltimore Ave., Bldg. 003 Rm 321, Beltsville, Maryland 20705-2350 SUBJECT: Relocate Window A/C Units for Storm Windows SOL: ACUNITS005 DUE: 09-05-03 POC. Melanie Roberts-Johnson DESC: This is a Request for Quotes (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-14b. This project is restricted to HUBZONE small business concerns only. This job is to be completed 90 days after Notice to proceed by the Contracting Officer. All work shall be in compliance with the Statement of Work, Special Conditions part II, USDA clauses, wage rate MD030057 mod. 0, cited spec, codes, drawings and Government forms, all will be available for you to download on or about August 18, 2003 only from website http://www.fedbizopps.gov no documentation will be mailed. Work to consist of but not limited to: Supply all labor, material, supervision, equipment and transportation to perform relocation of the existing window A/C Units so that the storm windows will properly close. The contractor shall remove the existing window A/C units and reposition them as required for the locations indicated on the drawings. A/C units shall be installed so that the Interior storm windows will properly & safely operate. The Contractor shall reinstall the window A/C units so they are weather, water and air tight. The perimeter of the A/C units and plexiglas shall be caulked using a clear silicon caulking in accordance with ASTM-C920 Type S, 25% joint movement. The contractor shall insure that the existing gasketing/weatherstripping between the prime window sashes is properly installed. Contractor shall furnish and install new gasketing/weatherstripping in locations as indicated on the drawings. The material shall be installed so as to limit air infiltration. The contractor shall provide additional 1" x 1" steel angles, fabricated as shown in the drawings. The contractor shall provide new Window A/C unit ?support brackets? The brackets shall be adjustable with built in leveling to help install the A/C units at the proper angle. The bracket shall be able to support an A/C unit of minimum 80lbs. Contractor shall dust and clean any A/C unit housing and A/C coils that are reposition. The Government will not move furniture, files and items away from window area. The contractor shall be responsible for moving furniture, files and items as required to access the window area. The contractor shall provide protection for all Government and occupants property and shall be responsible and liable for all damages to property due to any negligence. Government occupants will move their personal items and computers. The complete Statement of Work, drawings, specs and clauses will only be available from the website http://www.fedbizopps.gov on or about August 20, 2003, no documentation will be mailed from the office. Any QUESTIONS MUST BE IN WRITING ONLY no later than August 28, 2003 and can be faxed, mailed or by email (no phone calls please). Fax questions to 301/504-0333, mail questions to 10300 Baltimore Ave, Bldg 003 Room 321, Beltsville, MD 20705 or email your questions to robertjm@ba.ars.usda.gov and must be received no later than August 28, 2003. There will be one site visit on August 26, 2003 at 2pm at 10300 Baltimore Ave, Bldg 005 Circle Drive, Beltsville, Maryland 20705. This project is restricted to HUBZONE small business concerns only. The solicitation number ACUNITS005 statement of work, drawings, regulations and codes will only be available by downloading the information from the Internet website http://www.fedbizopps.gov on or about August 20, 2003, no documentation will be mailed to contractors. The NAICS Code for this project is 238350 with a small business size of 12.0 million. This job is to be completed 90 days after Notice to proceed from the Contracting Officer. All work shall be in compliance with the Statement of work, USDA Special Conditions part II, USDA clauses, wage rate MD030057 mod. 0, drawings and specs all are applicable attachments needed for this project and can be found on Fedbizopps site, http://www.fedbizopps.gov and will be available for interested parties to download from that site on or about August 20, 2003. No hard copies of this project will be provided. No documentation will be mailed from the contracting office, contractors are responsible for downloading the documents from the Internet website http://www.fedbizopps.gov only. Notification of any changes to this solicitation (amendments) shall be made via the Internet. It is the contractors responsibility to check the Internet site for any posted changes to the solicitation. Any questions about this project must be in writing via fax, mail or e-mail. Only one site visit will be conducted on August 26, 2003, 2 p.m. All contractors are asked to meet at 2p.m. in front of Bldg 005 Circle Drive (lobby area) off of 10300 Baltimore Ave, Beltsville, MD 20705. The Government recommends that contractors providing a quote for this project visit the site and make themselves aware of the site conditions. Any questions about this project must be in writing ONLY, faxed to (301) 504-0333, e-mailed to robertjm@ba.ars.usda.gov or mailed to 10300 Baltimore Ave., Bldg 003 Rm. 321, Beltsville, Maryland 20705-2350, NLT August 28, 2003 by 4pm EST. Questions received (if any) and their answers will be available on the Fedbizopps website for you to download on or about September 2, 2003. Quotes are due on September 5, 2003 by 4pm EST and can be faxed to 301/504-0333, mailed or hand delivered to the office address. A firm fixed price purchase order to be awarded approximately September 15, 2003. Magnitude of project is between $25,000 and $100,000 and will be procured using Simplified Acquisition Procedures and is set aside for HUBZONE small business concerns. A firm fixed price purchase order will be awarded to the responsible/responsive offeror whose offer conforms to the solicitation and is considered most advantageous to the Government. NAICS code is 238350 with a small business standard of 12.0 million. FAR clause 52.228.13 Alternative Payment Protection applies to the successful offeror citing a Payment Bond or Irrevocable letter of Credit must be presented to the Contracting Officer within 10 days after Notice to Proceed. Any questions regarding this project must be faxed, mailed or e-mailed to the office address. No documentation will be mailed from the contracting office, the contractor is responsible for downloading the statement of work, drawings, clauses, specs and wage rate and other documents from the website http://www.fedbizopps.gov All offerors must include with their quote on September 5, 2003 a completed copy of the Certifications and Representations FAR 52.204-3 Taxpayer Identification, 52.209-5 Certification Regarding Debarment Suspension and other Responsibility Matters and 52.219-1 Small Business Program Representation, faxed quotes will be accepted. FAR certification and representations and other clauses cited can be found on http://arnet.gov/far
 
Place of Performance
Address: USDA,ARS,Beltsville Agriculture Research Service, 10300 Baltimore Ave., Bldg 005 Circle Drive, Beltsville, MD
Zip Code: 20705
Country: USA
 
Record
SN00392244-W 20030807/030805213318 (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.