Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

54 -- Provide and install metal shelter.

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AS513B001
 
Response Due
7/2/2005
 
Archive Date
7/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 and DFARs Change Notice (DCN) 20050606. Standard Industrial Classification (SIC) code is 5410 and the size standard is 500 employees. NAICS is 332311. This acquisition is a 100% small business set aside. Simplified Acquisition Procedures (the award will be less than $100,000) will be followed. The solicitation is to provide and install one (1) metal shelter at Edwards AFB CA. Installation shall be in accordance with the Statement of Work detailed below. STATEMENT OF WORK - PROVIDE AND INSTALL AIRCRAFT SHELTER 1. OBJECTIVE. The objective of this Statement of Work (SOW) is to provide and install metal covered aircraft shelter to support Joint Strike Fighter (JSF) Flight Test at a designated location within the flightline ramp area at Edwards Air Force Base. The building must be then disassembled and re-erected at a nearby location at later date. This is to be a turnkey project. 2. CONSTRUCTION. The building will be heated with forced hot air, effectively acting as an oven with internal air temperatures up to 225 degrees Fahrenheit. Due to solar loading, metallic structural materials might reach 250 degrees Fahrenheit. 2.1. Size - The building must accommodate aircraft with approximately five (5) feet with of additional clearance on nose, tail, and vertical stabilizers. This means the interior chamber dimensions must be no less than 72 feet long, 52 feet and 6 inches wide, 23 feet high (along building centerline and approximately 72 feet lateral to the centerline in each direction), and not less than approximately 8 feet high (at outer walls). 2.2. Sealants and Coatings - Building should be water tight using metal-only construction without the use of sealing compounds. Paint or other coatings are not required or desired. 2.3. Polymeric or Other Combustible Materials - Designs that minimize or eliminate the use of polymers and other combustible or non-heat resistant materials (will not perform at 250 degrees Fahrenheit) will be preferred. However, interim alternate solutions during heated operations will be considered, i.e. non-permanent door sealing techniques from the exterior. 2.4. Insulation - Insulation is desired, but must be exterior. Interior insulation will absorb and subsequently desorb chemical vapors that may prejudice test results. Please quote cost if exterior insulation is available with an R-factor of 2 or greater. 2.5. Useful Life - The erected building should not require maintenance due to corrosion for at least 25 years at Edwards AFB, CA. 3. ACCESS. 3.1. Aircraft Door - A door shall be provided to permit entry of aircraft with 50 foot wingspan and 20 foot height. A standard-sized entry door for human access shall be provided. 3.2. Personnel Door - Standard insulated door. 3.3. Windows - None 3.4. Heat Ducting and Instrumentation Ports - Please see diagram below. Fourteen (14) openings space approximately as shown need to permit 12-inch diameter ducting. Openings may be square, but must be sealable with an included weather-proof, metal cover that can be reinstalled. Since the additional space around the 12-inch heat ducting that will go through these ports must be temporarily sealed to avoid heat escape, minimize the additional area beyond a 13 inch diameter port. Ports may be installed between approximately six inches and four feet above ground (to be agreed). 3.5. Exhaust Dampers - The design of the end wall opposite the aircraft door shall include installation of three (3) side-by-side, toner-balanced, back draft dampers, each 4 foot x 4 foot. The dampers should be installed between approximately one and eight feet above ground (to be agreed). Government will purchase and provide dampers to vendor for installation. 4. ASSEMBLED, DISASSEMBLED. RELOCATED AND REASSEMBLED 4.1. Include in your quote the cost to disassemble, move, and re-erect the building on Edwards AFB, CA. 4.2. The contractor shall provide complete design, manufacture, fabrication, inspection, testing, documentation, delivery, tools, installation and labor to provide the following: One (1) installed aircraft shelter ready for use at a specified location. This effort is to be on an extremely aggressive schedule to meet the requirements of JSF Flight Test Schedule expressed in this document. Due to the occupation of the ramp areas by the tenants, coordination requirements for delivery and installation access is to provide minimal impact to the flightline operations 4.3. The structure frame shall be of a corrosion/rust free material designed to withstand winds of 90 Miles per Hour (MPH) exposure Class "C" when fully assembled and secured to the concrete ramp which has a thickness of 10 to 12 inches. The structure shall be rated to meet at a minimum a 35 PSF snow load. 4.4. The structure of the shelter must have the capability of supporting weight not to exceed 400LBS in weight. 4.5. The contractor shall coordinate with the JSF / ITF for the staging area location, scheduled delivery of all material and equipment and installation schedule. 5. MISCELLANEOUS INFORMATION 5.1.1. Security - The Security Office will require a listing of all Contractor Personnel who will be working on the site and must submit for each person date of birth, place of birth, social security and naturalization number if applicable on AFMC Form 97 and submit to JSF / ITF manager one week prior to obtaining access to the area. Vehicles necessary within the complex must display a company logo and the contractor must provide a list of vehicle make and license numbers. Mandatory escort will be required at all times within the restricted area. Escort services will be provided by the ITF, who will be required, at all times, to have visual contact with each member of the Contractor's crew. 5.2. Prohibited Items - The following items are prohibited from the work site: cameras, computers, weapons, video cassettes players, recorders and tapes, binoculars, film and computer media. 5.3. Safety - Contractor shall ensure that job site cleanliness will be maintained at all times and barricades / safety cones will be utilized to isolate the job site from normal personnel traffic. 5.4. Fire Protection - No open flames will be utilized unless prior approval is obtained and Fire Safety issues a fire permit. 5.5. Smoking - No smoking is permitted within the building. Smoking is permitted in Designated Areas Only 5.6. Access Requests and Citizenship Status - Access to the facility shall be to citizens of the United States, who shall be able to provide evidence of citizenship upon request. Contractor personnel may be subject to inspection upon entering or leaving the facility. 24 Hours prior to arriving at the facility the contractor must provide names, SSN's, place of birth, date of birth and naturalization number, place of naturalization and date of naturalization if non US born on the provided AFMC Form 97. This information must be submitted before access will be granted. Failure to do so will not constitute a claim to the Government if cost is incurred due to the inability of the contractor to gain access to the job site. 5.7. Foreign Object Debris (FOD) - The contractor must comply with FOD requirements where designated by the USAF. All equipment entering designated areas must be inventoried before and prior to leaving the designated areas. Contractor is responsible for all trash created during work. Interested parties who believe they can meet all the requirements for the one (1) metal shelter described in this synopsis are invited to submit in writing complete information describing their ability to provide the installation to turn-key condition. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. TO REGISTER WITH ORCA GO INTO YOUR CCR ACCOUNT. FOR ORCA INFORMATION, GO TO URL: http://www.bpn.gov/orca/ The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33 Mandatory information for electronic funds transfer payment. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, a copy can be downloaded from this website: http://farsite.hill.af.mil. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; clause 252.225-7036, North American Free Trade Agreement Implement Act. Offers are due at the 412 Test Wing, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 02 July 2005 at 4 pm. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7819 or e-mail address: mary.uptergrove@edwards.af.mil .
 
Place of Performance
Address: Joint Strike Force, Edwards AFB CA
Zip Code: 93524
Country: USA
 
Record
SN00835265-W 20050625/050623220735 (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.