Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2005 FBO #1332
MODIFICATION

E -- This is amendment number two (2) for the purpose of posting questions and answers pertaining to this combined synopsis/solicitation.

Notice Date
7/18/2005
 
Notice Type
Modification
 
Contracting Office
U.S. Army Corps of Engineers, Afghanistan, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W917PM-05-R-0014
 
Response Due
7/22/2005
 
Archive Date
9/20/2005
 
Small Business Set-Aside
N/A
 
Description
1a. Question: Is there a reverse side to Form 1411? 1b. Answer: Standard Form (SF 1411) is located at the following internet site and shall be submitted with your proposal. http://www.usaid.gov/procurement_bus_opp/procurement/forms/1411/ 2a. Question: Form 1411, item#14 -COST ACCOUNTING STANDARDS BOARD (CASB) DATA-, asks if this contract action is subject to CASB regulations. This appears to be a question to be answered by the contract administration office. Are we correct and if so what is the answer 2b. Answer: The SF1411 shall be completed as required. Agency heads may waive the applicability of CAS for a particular contract if certain conditions are met. A waiver has not been granted. 3a. Question: Is DBA (Defense Based Action) insurance available to us on this contract and if so, at what rate 3b. Answer: Defense Base Act insurance is normally provided through or by the contractors insurance company that provides their Bonding and other required insurance for doing business with the Government. 4a. Question: Is the government assuming War Risk and Business All Risk during installation? 4b. Answer: This is a turnkey project. The contractor is fully responsible until the items have been delivered, tested and final inspection and acceptance have been performed by the Government. 5a. Question: Does USACE expect the contractor to supply mattresses, pillows, linens for this RFP 5b. Answer: No. These items are not required by this solicitation. 6a. Question: Please confirm that the contractor should supply tables, chairs, office desks, laundry equipment, shelves and kitchen counters for Building # 1. 6b. Answer: There are no loose furnishings required in the RFP. However, within the kitchen preparation space on the wall opposite the food prep/washing sink, the contractor shall provide an exhaust hood meeting the requirements of NFPA 96. The exhaust h ood shall be a minimum of 2400 mm long and 1000 mm wide. Under the exhaust hood the contractor shall provide for future connection of four (4) single burner LP gas ranges including hard piping connections and hard piping to the exterior for future connect ion to an LP gas storage tank. The interior hookups shall be fitted with shutoff valves. The exterior connection shall be fitted with shutoff valve and regulator. All such piping shall meet the requirements of NFPA 54 and NFPA 58. The offerors shall pr ovide separate pricing for this item. 7a. Question: We note that the distance between axis D and E is shown as 2337 mm in 14 cell East Wing, whereas only 1036mm in 14 cell West Wing. Please confirm that is correct. 7b. Answer: Sheet A-100 shows dimensions of 10364 mm instead of 1036 mm. The corridor on both wings is 2337 mm 8a.?Are there?detailed drawings and material specifications?available for cell doors and cell walls 8b. Answer: No. 9a. Question: What are the required?type and capacity?of?the fire pumps and?the diesel tank 9b. Answer: Fire pumps shall be sized to meet the minimum international building code requirements. It is the contractors responsibility to determine size of equipment in question. Diesel tank is not required under this solicitation. 10a.?Question: Is USACE prepared to receive alternative proposals?utilizing different building materials 10b. Answer: Within a solicitation there is no opportunity to pre-approve a variance from any requirement. Upon award, the contractor may propose alternatives to requirements of the RFP. ? 11a. Question: Are?modular buildings with external walls made of steel plate,?aluminum sandwich panel, or fiber concrete sandwich panels acceptable? 11b. Answer: The external walls are to be made of steel. 12a. Question: Is it possible to schedule a site visit or?to contact the site manager for?issues dealing with site related questions? 12b. Answer: Contractors are more than welcome to request and coordinate a site visit. This must be coordinated th rough the Contracting Office, AED POC renee.williams@tac01.usace.army.mil. Arrangement and site visit must occur on or before July 20, 2005. 13a. Question: Could you please inform us about the exact due date of this solicitation 13b. Answer: The due date of Solicitation W917PM-05-R-0014 is July 22, 2005. 14a. Question: Could you provide me a list of bidders so we may contact them with our pricing and shipping rates 14b. Question: The list of bidders will be available after 22 July 2005 when proposal submissions are cataloged. 15a. Question: Please advise how we can access the FTP server listed in the above referenced Amendment. 15b. Answer: The attachments are located at  ftp://ftp.usace.army.mil/pub/aed/FTP Files for Temporary Holding Facilities 16a. Question: Please advise how can I get the copy of the RFP. 16b. Answer: The combined Synopsis/Solicitation is at - http://www.eps.gov 17a. Question: The transport and completion of the modular buildings will take longer than 88 days. Can the delivery schedule be revised 17b. Answer: The Government will amend the delivery/performance period to 115 days after award. 18a. Question: Will contingency cost be considered 18b. Answer: No. Offeror shall propose their best price based on firm. 19a. Is there a reason a single building solution should not be offered 19b. The building should be in accordance with solicitation requirements. A single building solution is not required by the Government. 20a. Question: Drawings have KULLMAN Logo, is this problem for other bidders? 20b. Answer: No. Kullman was awarded a service contract to modify its standard layout. The service requirement is complete and the drawings are now Government Property. 21a. Question: How will payment for Security during transport and delivery be handled? 21b. Answer: This is an overhead issue and the offeror shall submit price in accordance with standard accounting principals and provide supporting documentation. 22a. Question: Is it important to clarify assumptions at this time? 22b. Answer: All submitted questions and comments received by the requested date are posted at ftp://ftp.usace.army.mil/pub/aed/FTP Files for Temporary Holding Facilities. Any further assumptions, concerns, shall be submitted with your offer and received by the closing date. Any documentation received by this office will be a part of your proposal package. Contract Specialist: renee.williams@tac01.usace.army.mil
 
Place of Performance
Address: U.S. Army Corps of Engineers, Afghanistan Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
Country: AF
 
Record
SN00849386-W 20050720/050718212139 (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.