Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

54 -- IN-PLANT PRE-ENGINEERED BUILDING

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street Suite 100, Carswell ARB, NAS JRB FT Worth, TX, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
Reference-Number-F267LS42290200
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
Point of Contact
Colleen Schondel, Contract Specialist, Phone 817-782-7315 x239, Fax 817-782-5371, - Patricia Jackson, Contract Specialsit, Phone 817-782-7315 x238, Fax 817-782-5371,
 
E-Mail Address
Colleen.Schondel@carswell.af.mil, Patricia.Jackson@carswell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 301st Operational Contracting office at NAS JRB Fort Worth, TX intends to award a purchase order under Simplified Acquisition Procedures (SAP) for the purchase, delivery and installation (including parts and labor) of an A-Wall 400 single-story pre-engineered building or equal, to include the following features: (1) office space shall measure 12?W x 32?L x 9?H. (2) Office will be placed inside of a warehouse-type building (Building 384, NAS JRB Bellechase, New Orleans LA) and is not required to directly withstand environmental elements. Building must be insulated. (3) Buildling shall be made of sound-suppressing, interchangeable panels that will be pre-wired for seven (7) phone drops, twelve (12) computer drops and eighteen (18) electrical outlets (in each wall panel). (4) Wall panels must be made of gypsum that is both fire retardant and sound suppressing and can be easily repaired/replaced if damaged by heavy equipment. (5) Office ceiling must be load-bearing for storage use of space on top of office ? no weight limit specified). (6) Building shall have a 42? perimeter handrail and a split stairway (one for entry and one for exit) which are required for access to storage space on top of office/building. These will be located at one end of the building. These features must meet all OSHA, state and local building standards and regulations. (7) Switches and grounded receptacles shall be pre-installed at factory using flush-mounted boxes, flexible conduit and #12 wire. 18? of flexible conduit and wire shall extend out of the top of each panel containing a service location to allow fast connection in plenum area above office ceiling. (8) 24? x 48? recessed troffer light fixtures shall be provided to affect light level of 100 foot candles at desk top height. (9) A complete accoustical suspended ceiling shall be furnished including industrial grade white enameled T-Bar grid, mineral board ceiling tiles and 18? hanging wires. Ceiling panels shall be 24? x 48? x 5/8? acoustic panels rated Class ?A? noncumbustible and maintain a minimum CAC of 35. (10) Must have 2 pass-through/reception type windows at midway point on either side of building, directly across from each other. (11) Must have 2 each 9000BTU A/C-Heating units that use 110V. (12) Must have window panels in ? of the exterior walls and interior wall. (13) Must have three (3) doors with windows and locks. These doors must open outwards. (14) Building will be divided into two halves, by a partition with a door directly in the middle. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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 Purchase Request number is F267LS42290200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-2 and Defense Acquisition Circular 91-13. This solicitation is Set-Aside for Small Business in accordance with FAR Part 19. The North American Classification System (NAICS) Code is 321991, Size Standard is 750 Personnel. The offerors shall show the following mandatory minimum system requirements for the subject purchase: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, telephone number and e-mail address of the offeror; (4) Price and discount terms (please quote FOB Destination); (5) Remit To address, if different that the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) A completed copy of the Representations and Certifications at FAR 52.212-3, as prescribed in 12.301(b)(2); (9) Acknowledgement of solicitation amendments, if any, for acceptance of offers. The offeror Agrees to hold prices in its offer for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The required delivery date is 30 Oct 2004. Contractor shall provide all materials, labor and transportation necessary to deliver these items. The following provisions and clauses can be viewed through Internet access at the Air Force FAR site: http://farsite.hill.af.mil. In Accordance with FAR 52.252-1(FEB 1998) and FAR 52.252-2(FEB 1998), the following provisions and clauses are incorporated hy reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998), with the following the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government and delivery date. OFFERORS MUST INCLUDE WITH THEIR PROPOSALS A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (JUN 1998); FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity (Deviation)(APR 1984); FAR 52.222.35, Affirmative Ation for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; FAR 52.247-34, F.O.B. Destination (NOV 1991). Also apply DFARS 252.212-7001,Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items. As prescribed in DFARS 252.212-7001, the following clauses are applicable: 252-225-7001 ? Buy American Act and Balance of Payments Program and 252.225-7036, Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program; DFARS 252.232-7009, Payment By Electronic Funds Transfer (JUN 1998). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.bpn.gov/CCR/scripts/index.html. A DUNs number is required Go to 1-866-705-5711 or https://eupdate.dnb.com/requestoptions/government.ccrreg to request a DUNS number. Offers must be sent in writing/fax/email to Colleen Schondel no later than 3:00 p.m. CST, on 23 SEP 2004 to 301 CONF/LGC Attn: Colleen Schondel. For more information or a basic drawing of the building, email me at colleen.schondel@carswell/af/mil or call me at 817-782-7315 x239, and I will fax you a copy of the drawing.
 
Place of Performance
Address: 926 FW, 926 LRS/LGTRT, BUILDING 834, NAS JRB BELLECHASE, NEW ORLEANS LA
Zip Code: 70143
Country: U.S.A.
 
Record
SN00668908-W 20040911/040909212351 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.