Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
SOLICITATION NOTICE

54 -- METAL SKIN MODULAR COMMUNICATION SHELTERS

Notice Date
8/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Nez Perce National Forest, Route 2, Box 475, Grangeville, ID, 83530
 
ZIP Code
83530
 
Solicitation Number
RFQ-R1-17-4-030
 
Response Due
8/19/2004
 
Archive Date
9/3/2004
 
Point of Contact
Sandra Aiken, Purchasing Agent, Phone 208-983-4002, Fax 208-983-4098, - Pete Ruppel, Contracting Officer, Phone 208-476-8259, Fax 208-476-8288,
 
E-Mail Address
saiken@fs.fed.us, pruppel%40fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Metal Skin Modular Communication Shelters, Nez Perce National Forest, Idaho County, Idaho. This is a combined synopsis/solicitation for commercial items 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. Solicitation R1-17-4-030 is issued as a Request for Quotes (RFQ). Responses are due by August 19, 2004, 3:30 p.m., Pacific Time. Set Aside for Small Business. The North American Industry Classification Code is 332311 for Prefabricated Metal Building and Component Manufacturing, 500 employees. A quote is requested for 3 Line items. Award will be made by Line Item. The Government may make a single award or multiple awards under this solicitation. Note: CCR ? a prospective awardee(s) shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 1-269-961-5757. Line Item 1: Quantity 1, Metal Skin Modular Communication Shelter ? Schussler site. Approximate Building Dimensions 6 ft wide X 8 ft long X 8 ft tall. Building shall be able to be shipped in broken down sections for assembly on site. Each building section shall not exceed 130 lbs in weight. Each building section, exempting the door and door frame, shall not exceed 2.5 ft wide and 8 ft long. Building shall include a two-section Dutch door with external hasp for installation of a Forest Service provided lock. This door should be shipped in a broken down form to facilitate transport to the assembly site. This building shall provide an R18 insulation value and provide a virtually air and water tight environment. Roof of the building must be able to support snow loads up to 60 lbs per square foot. Building floor sections shall support an Absolyte IIP 90-15A, gell cell battery that weighs approximately 800 lbs. Building shall include a halo internal ground system and a coax entry port for ? inch hard-line coax cable. All internal and external components of the metal skin building shall provide a common ground. Building shall provide at least 4 anchor point connection rings. Building shall be provided with 1 ? 12 inch X 12 inch shielded air vent. This building will be packed into a remote location on the backs of mules. This explains the strict limitations on the building section weights and dimensions. Please provide paint chips with your quotation for the Government to choose form. Delivery of this item will be made no later than 9/30/04. Line Item 2: Quantity 1, Metal Skin Modular Communication Shelter ? Gardiner site. Approximate Building Dimensions 6 ft wide X 8 ft long X 8 ft tall. Building shall be able to be shipped in broken down sections for assembly on site. Each building section shall not exceed 130 lbs in weight. Each building section, exempting the door and door frame, shall not exceed 2.5 ft wide and 8 ft long. Building shall include a two-section Dutch door with external hasp for installation of a Forest Service provided lock. This door should be shipped in a broken down form to facilitate transport to the assembly site. This building shall provide an R18 insulation value and provide a virtually air and water tight environment. Roof of the building must be able to support snow loads up to 60 lbs per square foot. Building floor sections shall support an Absolyte IIP 90-15A, gell cell battery that weighs approximately 800 lbs. Building shall include a halo internal ground system and a coax entry port for ? inch hard-line coax cable. All internal and external components of the metal skin building shall provide a common ground. Building shall provide at least 4 anchor point connection rings. Building shall be provided with 1 ? 12 inch X 12 inch shielded air vent. This building will be packed into a remote location on the backs of mules. This explains the strict limitations on the building section weights and dimensions. Please provide paint chips with your quotation for the Government to choose form. Delivery of this item will be made no later than 4/30/05. Line Item 3: Quantity 1, Metal Skin Modular Communication Shelter ? O?Hara site. Approximate Building Dimensions 6 ft wide X 8 ft long X 8 ft tall. Building shall be able to be shipped in broken down sections and for assembly on site. Each building section shall not exceed 130 lbs in weight. No building section dimension restrictions apply to this shelter. Building shall include a two-section Dutch door with external hasp for installation of a Forest Service provided lock. This door should be shipped in a broken down form to facilitate transport to the assembly site. This building shall provide an R18 insulation value and provide a virtually air and water tight environment. Unlike the specification for Line Item 1 and 2, the roof of this building must be able to support snow loads up to 100 lbs per square foot. Building floor sections shall support an Absolyte IIP 90-15A, gell cell battery that weighs approximately 800 lbs. Building shall include a halo internal ground system and a coax entry port for ? inch hard-line coax cable. All internal and external components of the metal skin building shall provide a common ground. Building shall provide at least 4 anchor point connection rings. Building shall be provided with 1 ? 12 inch X 12 inch shielded air vent. Please provide paint chips with your quotation for the Government to choose form. Delivery of this item will be made no later than 9/30/04. All line items are to be delivered to Nez Perce National Forest, Route 2 Box 475, Grangeville, ID, 83530, FOB destination. The Government will award a single or multiple contracts resulting from this quotation to the responsible offeror(s) whose offer conforming to this quotation will be most advantageous to the Government, price and other factors considered. The following three factors shall be used to evaluate offers: technical capability of the line item offered to meet the Government?s specifications, price, and delivery date. Pertinent portions of Clause 52.212-1 ? Instructions to Offerors ? Commercial Items, are as follows: As a minimum, offers must show (1) the solicitation number, (2) the name, address, and telephone number of the offeror, (3) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary, (4) terms of any express warranty, (5) price and any discount terms, (6) ?Remit to? address, if different than the mailing address; and (7) confirmation of ability to meet the delivery dates as stated in the Line Item descriptions. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: 52.212-1(Instructions to Offerors ? Commercial Items), 52-212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial items). For a listing of the clauses cited in 52.212-5 that are applicable to this acquisition, please contact Karen Ruklic at 208-476-8224 or 208-983-1950. FAR Clause 52.204-7 Central Contractor Registration) is also incorporated by reference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23, date 5/5/04. The clauses and provisions referenced in this quotation can be found in full text form at http://www.arnet.gov/far. Offerors are to include a copy of the provision at 52.212-3 (Offeror Representations and Certifications ? Commercial Items), with this offer. Offers may be submitted by mail to the Nez Perce National Forest, Attn: Bid Drawer, Route 2 Box 475, Grangeville, ID, 83530 or fax 208-983-4098. For more information regarding this solicitation, please contact Karen Ruklic, 208-476-8224 or 208-983-1950.
 
Place of Performance
Address: Nez Perce National Forest, State Highway 13 and East Main, Route 2, Box 475, Grangeville, ID
Zip Code: 83530
Country: USA
 
Record
SN00637381-W 20040807/040805211733 (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.