Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

54 -- ABOVE GROUND SAFE SHED/ROOM (CONCRETE)

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L05T0241
 
Response Due
9/29/2005
 
Archive Date
11/28/2005
 
Small Business Set-Aside
Total Small Business
 
Description
PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASSCOD: 54  Prefabricated Structures & Scaffolding OFFADD: Directorate of Contracting, ACA PO Box 33501, Fort Sill, OK 73503-0501 SOL: W9124L-05-T-0241 Due: 092905 POC: Karen Warner, 580-442-4712; email karen.warner@sill.army.mil DESC: SUPPLIES: This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 13.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; pro posals are being requested and a written solicitation will not be issued. Solicitation document W9124L-05-T-0241 is issued as a Request for Quotation. This acquisition is set aside for small business. The applicable NAICS code is 327390; SIC code is 327 2; size standard is 500 employees. This solicitation is issued under FAR Subpart 13.5. The following supplies are required: CLIN 001: 8 ft x 10 ft Safe Shed (MFR: SAFE SHED), Delivered and set up at Fort Sill Oklahoma. Units will meet or exceed FEMA p ublication 320 for a safe room. Specifications for each unit: Outside dimensions 8ft wide x 10ft long x 8ft 4 inches high at peak. Base, 6 inch thick concrete with 1/2 inch and 3/4 inch rebar. Walls and roofs, 4 inch thick concrete with 1/2 inch rebar 1 2 inch on centers on both directions. Roof Support Beams, 6 inch x 12 inch x 10 in with 3/4 in rear. Concrete, minimum 5000 psi, 28 day compressive strength. Door, 2 inch x 36 inch x 74 inch constructed of 3/16 inch steel with 8 3/16 inch horizontal sti ffeners. Hinges, 3 commercial grade ball bearing hinges with three latches opposite hinges. Roof Surface, sealed exposed aggregate. Exterior, Portland Cement Stucco, painted in our choice of color. Interior, Portland Cement Stucco painted white. Venti lation, consist of 4 pressure relief openings 5 inch diameter located 2 each end, each side of roof support beam with 3/16 inch steel hoods on the outside to prevent debris entry. Weight, unit is approximately 24,000 pounds. Customer needs 24 hours advanc e notice prior to each container delivery to coordinate unloading assets. Brand Name or equal. If bidding other-than exact, vendor must provide manufactures name and part number for each item. Vendor is required to submit additional information/specifi cations. CLIN 002: Delivery and Set up to Fort Sill, Oklahoma with the delivery on or before 2 January 2006. All prices should reflect FOB destination. Please provided quotes in the spaces below: CLIN 001: Safe Shed, unit price ______________ X 38 Sheds = Amount: ______________. CLIN 002: Delivery of sheds, unit price ______________ X 38 Sheds = Amount: ______________. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The following provisions and clauses apply: FAR: 52.211-6, Brand Name or Equal, 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 OrdersCommercial Items (including 52.219-8, 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33); Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisi tions of Commercial Items (including 252.225-7001, 252.243-7002); 252.204-7004 Alt A, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitio ns of Commercial Items. The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil, www.dtic.mil/dfars; a copy of the provision 5 2.212-3, Offeror Representations and CertificationsCommercial Items (March 2005) Alternate I (March 2005) must be completed and submitted with the offer. Offeror shall provide DUNS number as specified in 252.204-7004, Required Central Contractor Registr ation. The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors ( e.g., past performance, delivery, and /or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small busi ness concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. Offers are due at the ACA, SR, Directorate of Contracting, SFCA-SR-SI, P.O. Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 p.m.., CDST, September 29, 2005. Fax transmissions of quotes shall be accepted, fax #580-442-3819. All responsible sources may submit a quote which shall be considered. Numbered note 1 applies
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN00896332-W 20050917/050915212501 (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.