Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

54 -- Steel Equipment Enclosures 8 Feet X 20 Feet X 8 Feet

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0021
 
Response Due
2/2/2005
 
Archive Date
4/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented wi th additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 dated 22 December 2004 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20050113. This acquisition is a 100% Small Business Set-Aside . The North American Industry Classification System (NAICS) is 332311 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CC R/scripts/index.html. There are no drawings available for the equipment enclosure. NOTE THAT THIS SOLICITATION IS FOR STEEL EQUIPMENT ENCLOSURES AND PRECAST CONCRETE OR OTHER TYPES OF SHELTERS ARE UNACCEPTABLE AND SUCH OFFERS WILL NOT BE ACCEPTED. The prop osal shall consist of one Contract Line Item Number (CLIN 0001), Quantity 4, Unit of Issue: Each, Description: EQUIPMENT ENCLOSURE 8 FEET WIDE X 20 FEET LONG X 8 FEET HIGH, WITH THE FOLLOWING SPECIFICATIONS. OFFERORS PROPOSALS MUST INDICATE THAT DELIVERY C AN BE MADE NO LATER THAN 60 DAYS AFTER AWARD OF CONTRACT. This project is for 4 (each) 8 feet X 20 feet X 8 feet commercially available equipment enclosures with preinstalled electrical and mechanical systems. The equipment enclosures will be delivered to U.S. Army Yuma Proving Ground, AZ (USAYPG). The equipment enclosure shall meet or exceed all the following specifications. The contractor shall engineer, fabricate, furnish, and deliver on site, a completed, fully operational, turnkey equipment enclosure t o USAYPG, AZ based on the information provided. Contractor shall provide a listing of all parts for the equipment enclosure and preinstalled equipment. Contractor shall provide blueprints, specifications and descriptions of work for equipment enclosure, pr einstalled electrical and mechanical equipment for approval prior to fabrication. All design and analysis calculations shall be signed and stamped by a certified engineer and shall conform to the most stringent standards applicable to said fabrication. Adv ance notification of delivery is required. The contractor is responsible for transporting the shelter to USAYPG and shall include all transportation costs in their proposal. Arizona vendors are to include the Arizona Transaction Privilege Tax. The Governm ent will off load the equipment enclosures at the Kofa Firing Range, Building 3512, USAYPG. Equipment enclosures will be used in a desert environment and will be relocated many times over paved and improved gravel roads to various test sites throughout the USAYPG. The equipment enclosures will be used to house various types of instrumentation and automated data processing equipment. Enclosure shall be approximately eight feet wide by twenty feet long by eight feet high with a minimum interior height of 78 i nches from floor to bottom of lights or ducting. Exterior surface shall be metal. Long side of the enclosure shall have one personnel access metal door in the center. Metal door shall be a standard 36 inch width and shall have keyed lock installed. The ext erior of the unit shall be primed with zinc chromate and painted white. The enclosure shall be skid mounted using steel skids. Two windows each shall be located on the personnel door side of the container, one each distance between door and ends of contain er. Approximate size for the windows are two feet wide by three feet high. The windows shall have security protection by way of steel bars or heavy duty steel l attice. Two instrumentation ports or openings shall be provided on wall opposite the door and located approximately one foot from floor and ends. The ports shall be approximately 4 inches in diameter. Insulated plugs or closures shall be provided and the o penings shall be lined with tubing between the interior and exterior walls. The interior walls, floor and ceiling shall be insulated with sprayed polyurethane insulation to an R factor of 19 or better. The walls and ceiling shall be sealed with five eights inch sheetrock and painted semi gloss off white color. The floor shall have a tile surface. The walls, floor and ceiling material shall be made of a fire retardant material that meets standard fire safety codes applicable to the sheetrock requirement for one hour or equivalent. The electrical system shall be 110 208 volts AC 60 amps single phase and have a disconnect switch on the outside of the enclosure for a single point hook up. The electrical system circuits shall be adequately protected with breakers . Enclosure shall have two refrigeration units to maintain 70 degrees Fahrenheit inside the enclosure. Each unit shall have approximately 13,000 BTU cooling, 5000 BTU heating, plus or minus 650 cooling, plus or minus 250 heating. Units shall be compatible with installed electrical system. Units shall be top mounted, centered from side to side, on the enclosure with interior ducting necessary to provide uniform air circulation. The interior lighting system shall be a minimum of three sets of double tube flor escent fixtures 48 inches long, spaced evenly on the ceiling. A minimum of six 115 125 volt duplex receptacles shall be installed approximately 40 inches above the floor. Four receptacles shall be located on the wall opposite of the door and one each side of the personnel door between the door and end of enclosure. An incandescent weather resistant light fixture shall be located on the exterior by the personnel door. The electrical and light fixtures shall be securely attached to the super structure of the enclosure. The completed unit shall be equipped with lifting eyes or similar attachment system. All proposals shall be clearly marked with RFP number W9124R-05-T-0021 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no lat er than Noon MST, 2 February 2005. The deadline for technical questions is 3:00 PM MST, 27 January 2005. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Gover nment based on technical capability, offerors agreement to meet delivery requirement, past performance, and price. Offers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the te rms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2005). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and c omplete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005) with Alternate I (Apr 2002). FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212- 2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of this provision is completed as follows: i) technical capability of item to meet Government requirements ii) ability to meet required delivery of all equipment enclosures 60 days after award, iii) past performance, and iv) price. Technical capability and delivery requirement are considered the most important evaluation factors for this acquisition, past performance is third in order of importance, and fourth is price. Technical proposals will be reviewed for compliance with specifications an d ability to meet required delivery. Past performance will then be evaluated for all offerors whose technical proposal and ability to meet delivery requirement have been determined acceptable. Price will then be evaluated for offerors whose technical propo sal and ability to meet delivery requirement and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregate d Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). DFARS Clause 252.212-7001 Con tract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2003) applies to this Acquisition, and specifically 252.225-7001 Buy American Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Mic hael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00739068-W 20050126/050124211904 (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.