Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

Y -- Mezzanine Construction Project

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-T-0093
 
Response Due
6/10/2004
 
Archive Date
8/9/2004
 
Point of Contact
Kathy Harrigan, 301-394-3693
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(kharrigan@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911QX-04-T-0093. This acquisition is issued as a Request for Quote (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. (iv) This acquisition falls under the Small Business Competitiveness Demonstration Program as a Designated Industry Group for constructon, thus it is deemed to be solicited as full and open competition.. The associated NAICS code is 238990. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN DESCRIPTION QTY UNIT 0001 Mezzanine Project 1 EACH (vi) Description of requirements: Statement of Work- Mezzanine Project. C.1 Background: The Contractor shall build a laboratory extension, consisting of mezzanine and modular laboratory rooms, for Building 500, Adelphi Laboratory Center, Army Research Lab oratory in accordance with the drawing (available for viewing/downloading on the Internet at http://w3.arl.army.mil/contracts/kosol.htm and C.2 below. C.2 Requirements: C.2.1 Specifications of mezzanine: Maximum uniform load: 150 lbs/square foot Dimen sions: 40 foot 0 inches x 28 foot 0 inches (40 foot 0 inches x 30 foot 0 inches with 20 foot x 2 foot corner cutout addition (see drawing) with an approximate 6 foot 7 inches walkway between modular lab rooms. Column Spacing: 20 foot 0 inches x 30 foot 0 inches. Deck Height: 12 foot 6 inches. Clear Height: 10 foot 5 1/2 inches. Deck Material: 1 1/2 inch x 20 gauge. White B deck with 1/2 inch OSB and 1/2 inch BC plywood. Gates: One (1) swing gate (see drawing) Handrails & Kick. Plate: 60 linear feet (2 rail {see drawing}) Deck Beams: 22 inch open web bar joists (Deflection less than 1/300 of span) Support Beams: 18inch structural steel (Deflection less than 1/300 of span) Columns: Sufficient to support additional mezzanine of same size, capable of supporting 150 lbs/square foot maximum uniform load, 24 inch by 24 inch base plates. Structure will be of the type manufactured by or compatible with that produced by W.A. Schmitt, which is type of the existing mezzanine, to insure compatibility with exist ing structure - see drawing as to where new structure requires interfacing with existing structure. C.2.2 Modular laboratory rooms The Contractor shall provide eight (8) modular laboratory rooms with the following specifications: Dimensions: 4 each 12 foo t wide by 16 foot deep, 4 each 16 foot by 16 foot deep Height: 12 foot high (lower level) (see drawing) and 8 foot high (upper level)(see drawing) Maximum Uniform Load: 125 lbs./square foot Walls: 3 inch thick, insulated, 1 hour fire rating as defined b y NFPA-221 of the National Fire Code Doors: One heavy duty metal (20 gauge Door, 16 gauge Frame) 3 foot 0 inch inward opening doors per modular laboratory room (total of eight). Roll-up Doors: Two (2) 8 x 10 foot Windows: Two (2) windows each modular laboratory room (total 16) Climate: 7500 BTU air conditioning with heat strip for each modular laboratory room Lighting: 4 tube troffer type with energy saving T-8 ballasts Electrical: single, 3 phase, 4 wire feed. Minimum 8 outlets (Six (6) at 110 Volts, 20 A, Two (2) at 208 Volts 3 phase 30 Amp) each modular laboratory room, by connecting into an existing building panel, if suitable panel is available, or new panel if an existing panel is not available. Upper Level Deck: 3/4 inch plywood on B-dec k Lower Level De ck: Two (2) modular lab rooms without roll-up doors require 3/4 inch plywood 7 inch high decks C.2.3 Installation: The Contractor shall move existing mezzanine section, handrail and staircase approximately 28 foot toward building overhead door, shorteni ng mezzanine and handrails in a structurally sound manner to fit into space provided (see drawing) The Contractor shall disconnect existing lighting circuits mounted under the mezzanine section to be moved and then reconnect such lighting fixtures after mo ve. The Contractor shall install the mezzanine defined in C.2.1 and eight (8) modular laboratories defined in C.2.2.). The Contractor shall provide and install fluorescent lighting fixtures with type T-8 ballasts on the under surface of the new mezzanine in manner compatible with existing fixtures. Switches to turn on new and moved lighting fixtures shall be mounted on the lower level. The Contractor shall submit an installation plan for Government approval to insure minimal disruption to building tenants operating in the mezzanine/modular laboratory installation area. Plan should be submitted within 15 calendar days of award and Government will have 15 calendar days to approve, disapprove or request modification of such plan. Subsequent resubmissions of the plan shall be subject to the same 15 calendar day rule. No work shall commence until final approval of the installation plan. The Contractor shall provide drawings of the installed equipment. Contractor shall match color of new construction mezzanin e with existing structure. Contractor employees shall be U.S. citizen and will be escorted at all times. C.3 Deliverables: One (1) mezzanine and eight (8) modular laboratory spaces. Drawings (new mezzanine-3 copies). Offerors assume the burden of ensu ring that they completely understand the magnitude of this effort, as well as the conditions under which the work will be performed. To that end, there will be a site visit of the facility on June 4, 2004 at 10AM local time. Attendance at this site inspe ction, while not a mandatory prerequisite to the submission of an offer, is strongly encouraged. It is the Government's opinion that attendance at this site inspection is the best method for a potential contractor to completely understand the nature of th e requirement. If you are interested in attending this site inspection, please contact the Contract Specialist, Ms. Kathy Harrigan at 301-394-3693, no later than June 3, 2004 by 2PM local time to indicate your interest and obtain the required informatio n. (vii) Delivery is required to be completed eight (8) weeks from the date of award. Delivery shall be made to Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Md 20783-1197. Acceptance shall be performed at Army Research Laboratory, 2800 Pow der Mill Road, Adelphi, Md 20783-1197. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The prov ision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The technical capability and past performance are of equal importan ce and when combined are slightly more important than price. Technical capability will be assessed based on the information furnished by the vendor with its quote. The Government is not responsible for allocating or securing any information, which is not identified in the proposal. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation, the vendor shall include a clear description of such proposed modification and clearly mark any descriptive materials to show modifications. To ensure sufficient information is available, vendors must furnish as part of their quote all descriptive material (such as illustrati ons, drawings or other information) necessary for the Government to determine whether the product meets the salient characteristics of the requirement listed in (vi) above. Past performance will be evaluated based on information provided by the offeror as to actual sales of similar, proposed efforts to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules, warranty and maintenance reputation. Offerors must include r ecords of three recent sales and identify a point of contact for each by providing a name and telephone number. The Government will award a contract to the offeror whose offer is determined to be best value to the Government, with technical and past perfo rmance factors meeting or exceeding the requirement considered of paramount importance and price factors being of secondary importance. The Government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy o f the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Condition s - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 25 2.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicabl e: FAR 52.203-6, FAR 52.219-6, FAR 52.219-8, FAR 52.22-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.232.6. (xiii) The following additional contract requirement(s) or terms and conditions apply: The following additional contract requirement(s) or terms and conditions apply: DFARS 252.225-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252-7001, DFARS 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7015, DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) The following notes apply to this announcement: The Numbered Noted 1 applies to the proposed contract as a 100% set-aside for small business concern. Offers are due on June 10, 2004, by 24:00 hours, at US Army Research Laboratory, RMAC- Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to kharrigan@arl.army.mil . (xvii) For information regarding this solicitation, please contact Kathy Harrigan, Contract Specialist at (301) 394-3693, FAX (301) 394.1162 or email at kharrigan@arl.army.mil .
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00593008-W 20040528/040526212204 (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.