Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
MODIFICATION

81 -- Various sized Steel Shipping Containers to be modified to include windows, doors, interior and exterior stairways with railings and painted Marine Desert Tan. Synopsis/solicitation has been extended to 11-13-2005.

Notice Date
11/3/2005
 
Notice Type
Modification
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-06-T-0001
 
Response Due
11/13/2005
 
Archive Date
1/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Below is a revised combined synopsis/solicitation including CLINS and scope of work. The entire revised combined synopsis/solicitation (to include the questions and answers which are being incorporated into and made a part of this combined synopsis/ solicitation) will be posted Friday morning November 4, 2005 to the Fort Sill Directorate of Contracting homepage: http://sill-www.army.mil/doc. There is a revised diagram also included in this combined synopsis/solicitation. This is necessary due to chara cter restrictions for the combined synopsis/solicitation format. Bids are due November 13, 2005. POINT OF CONTACT: Shari Greggs, Contract Specialist, PH: 580-442-5556, EMAIL: greggss@sill.army.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. Solicitation document W9124L-06-T-0001 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-06. This acquisition is set aside for small business. The applicable NAICS code is 336212; SIC code is 3715; size standard is 500 employees. This solicitation is issued under FAR subpart 13.5, Test Program For Certain Commercial Items. The follow ing supplies are required, please provide quote in spaces provided: CLIN 0001: Steel shipping containers, Size: 20 x 8 x 8.5. Each container shall be wind and water tight. Containers shall be individually modified per the attached instructions. Containe rs shall be painted Marine Desert Tan and delivered to the site. All construction and modifications shall be completed by 15 January 2006; unit price _______________ x 22 each = extended price ______________; CLIN 0002: Steel shipping containers, Size: 40 x 8 x 8.5. Each container shall be wind and water tight. Containers shall be individually modified per the attached instructions. Containers shall be painted Marine Desert Tan and delivered to the site. All construction and modifications shall be comple ted by 15 January 2006; unit price _________________ x 16 each = extended price ________________; CLIN 0003: Design Modification #1; WINDOWS: cut out and frame 14 individual windows. DOORS: cut out and frame 10 individual doors. INTERNAL STAIRWAYS: constru ct 3 internal stairways. EXTERNAL STAIRWAYS: construct 4 external stairways and safety rails along all outside 2nd floor areas. All construction and modifications shall be in accordance with the attached instructions and diagrams. All construction and modi fications shall be completed by 15 January 2006; unit price _________________ x 1 each = extended price ________________; CLIN 0004: Design Modification #2; WINDOWS: cut out and frame 14 individual windows. DOORS: cut out and frame 10 individual doors. INT ERNAL STAIRWAYS: construct 3 internal stairways. EXTERNAL STAIRWAYS: construct 4 external stairways and safety rails along all outside 2nd floor areas. All construction and modifications shall be in accordance with the attached instructions and diagrams. A ll construction and modifications shall be completed by 15 January 2006; unit price _________________ x 1 each = extended price ________________; CLIN 0005: Design Modification #3; WINDOWS: cut out and frame 8 individual windows. (Total of 32 windows) DOOR S: cut out and frame 5 individual doors. (Total of 20 doors) INTERNAL STAIRWAYS: construct 2 internal stairways. (Total of 8 internal stairways) EXTERNAL STAIRWAYS: construct 2 external stairways and safety rails along all outside 2nd floor areas. (Total o f 8 external stairways and safety rails) All construction and modifications shall be in accordance with the attached instructions and diagrams. All construction and modifications shall be completed by 15 Janua ry 2006; unit price _________________ x 4 each = extended price ________________; CLIN 0006: Movement and transportation of stairwells constructed offsite as well as miscellaneous equipment needed to construct city on site; unit price _________________ x 1 each = extended price ________________; CLIN 0007: Fence, Size: 8 high by 1,000 long. The fence shall be constructed of 4 x 4 wooden posts spaced approximately 48 apart. Posts shall be sunk into the ground with concrete. Corrugated tin sheets shall b e attached to the wood posts. The fence shall be constructed so that it cannot be seen through from any angle. Metal gates shall be used as necessary. Exact placement of gates and layout of fence will be determined when the construction plan is submitted a nd approved; unit price _________________ x 1 each = extended price ________________; CLIN 0008: Contractor shall provide ground preparation and gravel to be delivered to the construction site. The contractor shall be required to prepare the site by comple ting the following: (1) Gather evaluation points by transit instrument and leveling all points to create a level or parallel plane to allow each MILVAN section to align evenly, (2) Use heavy grading equipment and grade all elevation points to accomplish number one above. Contractor shall grade with 2-1/2 rock base and 1-1/2 rock overlay, (3) Contractor shall perform all grading operations with their own equipment and personnel. No government personnel or equipment will be utilized during this procedur e, (4) Contractor shall provide all gravel to include transportation to and from the site. The contractor shall be responsible for all coordination with all delivery companies and shall be on site for any delivery of supplies, equipment or other resource s necessary for the construction of the site. Government personnel will not be responsible for supervising the delivery of any items requested by and/or coordinated by or for the contractor; unit price _________________ x 1 each = extended price _________ _______; CLIN 0009: Accounting for Contract Services Manpower Report. Report is due October 31 of each year or upon completion of contract; unit price __________ x 1 each = extended price____________. Customer needs 24 hours advance notice prior to each co ntainer delivery. All prices should reflect FOB destination. If you are interested in bidding, please email Shari Greggs at greggss@sill.army.mil for copies of the diagrams. The following is project revised scope of work: 1. All final construction will be performed on site location. Design is requires prior to construction and all construction will take place at Ft Sill, Oklahoma. Site size is 500 x 153) 2. Doors (36 X 80) and Windows (36 X 36) must be framed to eliminate all sharp edges 3. Doors will breachable steel and will be supported by three stainless steel hinges. 4. All outside doors must be breachable 36 X 80 with the capability of being repeatedly breached with multiple uses without damage. 50% breach doors will open in and 50% breach doors will open out. Must be able to replace mechanism with a quick turn aro und time due to additional rotation of trainees. Once the contract is awarded the exact location of the doors and window will be given at the Pre work meeting determined by the Contract Officer. No securing devices required. 5. All interior doors entries are framed and do not require a door. 6. Railings and handrails constructed in accordance to OSHA standards 7. Wooden decks will be constructed by the Government. 8. All environmental issues will be handled by the Government. 9. Location does not have trees so it is not expected to have any debris that will require removal and there is adequate drainage on site already. 10. A small amount of fill will be required to level out the Milvans. No concrete pads will be used. 1910.23(e)(1): A standard railing shall consist of top rail, intermediate rail, and posts, and shall have a vertical height of 42 inches nominal from upper surface of top rail to floor, platform, runway, or ramp level. The top rail shall be smooth-surfaced throughout the length of the railing. The intermediate rail shall be approximately halfway bet ween the top rail and the floor, platform, runway, or ramp. The ends of the rails shall not overhang the terminal posts except where such overhang does not constitute a projection hazard. 1910.23(e)(2): A stair railing shall be of construction similar to a standard railing but the vertical height shall be not more than 34 inches no less than 30 inches from upper surface of top rail to surface of tread in line with face of riser at forward edge of tread. 1910.24(h): Railings and handrails: Standard railings shall be provided on the open sides of all exposed stairways and stair platforms. Handrails shall be provided on at least one side of closed stairways preferably on the right side descending. Stair rai lings and handrails shall be installed in accordance with the provisions of 1910.23. 11. Stair-hole support on furthest point; flange placed between support beams to hold up second level flooring 12. Stairs should be constructed so that a person can not see through to the underneath of the stair well. 13. Stairs to comply with OSHA standard. 1910.24(c): Stair strength: Fixed stairways shall be designed and constructed to carry a load of five times the normal live load anticipated but never of less strength than to carry safely a moving concentrated load of 1,000 pounds. 1910.24(d): Stair width: Fixed stairways shall have a minimum width of 36 inches. 1910.24(e): Angle of stairway rise: Fixed stairs shall be installed at angles to the horizontal of between 30 deg. and 50 deg. Any uniform combination of rise/tread dimensions may be used that will result in a stairway at an angle to the horizontal within the permissible range. 1910.24(f): Stair treads: All treads shall be reasonably slip-resistant and the nosings shall be of non-slip finish. Welded bar grating treads without nosings are acceptable providing the leading edge can be readily identified by personnel descending the stairway and provided the tread is serrated or is of definite non-slip design. Rise height and tread width shall be uniform throughout any flight of stairs including any foundation structure used as one or more treads of the stairs. 1910.24(g): Stairway platforms: Stairway platforms shall be no less than the width of a stairway and a minimum of 30 inches in length measured in the direction of travel. 14. Positive Lock Connections or welding of containers (connections on milvans that facilitate the proper placement of milvans as they are arranged side by side and stacked. 15. Partial Unit Storage @ Contractors Expense. Storage needed at the Ft Sill construction site will be the responsibility of the Contractor. 16. Head Clearance for stair in accordance with OSHA 1910.24(i): Vertical clearance: Vertical clearance above any stair tread to an overhead obstruction shall be at least 7 feet measured from the leading edge of the tread. 17. Contractor will provide personnel during construction at site 18. All milvans are refurbished (rust and dents removed) and painted Desert Tan, Black Railings prior to delivery. All Milvan should be capable of being serviceable for the next 10 years and must be wind and water tight. 19. Items will be delivered by contractor. Contractor is responsible for all equipment needed to offload and construct Liberty City. 20. Each assembled structure will be physically inspected by 30th Regiment after the construction is completed. 21. Metal Cut outs from milvans must be removed from area. 22. Sand Blasted and Painted Desert Tan Exterior with all railing being Black. 23. Any structure that has a second floor must have a Positive lock system between floors or be welded in place 24. Any floors that are cut, Must be struc turally sound by adding in headers 25. Paint all stairwells and new construction 26. All windows will have double hinged shutters that can be secured from the inside with a spring type lock. 1910.24(j): Foot Bridge: Bridge will be constructed from a 40 Milvan with the walls and top removed. Contractor should provide design for approval. Just the floor will be used to create the foot bridge for soldiers to cross from one side of the ditch to the other. 27. Paint foot bridge desert tan 28. Railings and handrails constructed in accordance to OSHA standards. Railings should be painted black prior to delivery. 29. At each end of the bridge a device needs to be installed to keep vehicles from crossing. This design should be at lease three feet in front of the Foot Bridge and be 4 in height and should not hinder a formation from marching across the foot path. 30. On each side of the foot path will require the 3 inches of aggregate spread and compact over 100 feet long by 8 feet wide. Stabilized aggregate base shall conform to ODOT sections 301, 303.01, 303.02, 303.04, and 703.01, gradation type A. Stabilized a ggregate base course shall be compacted to 100 per cent laboratory maximum density. Fence around Milvan structure: Fence will be positioned around the compound per the attached PowerPoint slide. Fence needs to be able to withstand 90 Mph wind. Contractor should provide design for approval. 31. The fence will cover 1000 sq ft. and be 8 feet in height. 32. Post will be 4X4 wooden fence posts that are borate treated wood 10 long. 33. The 4x4 post will be put in the ground 24 and stabilized with 3000 PSI concrete. 34. The fence will have 6 entry gates. Gates are not breachable. 35. Fence will be constructed from galvanized steel. Contractor should determine what gauge is best. Fasteners should be screws with washers and rubber seals 36. Gate post will be 6X6 wooden fence posts that are borate treated wood 10 long. 37. The 6x6 post will be put in the ground 24 and stabilized with 3000 PSI concrete 38. Gates will be constructed of Chain Linked Fence material. Gates will be 2 high X 5 wide swinging gates that can be locked in the center. 39. No painting required for the Fence or Gates. ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information included: (1) contracting Office, Contracting Off icer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number e-mail address, identity of contract or employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payme nts (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associ ated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contr actors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standar dized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be dow nloaded from the website. The following provisions and clauses apply: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-3, Offeror Representations and Certifications, Commercial Items (MAR 2005) Alternate I (APR 2002) must be completed and submitted with the offer; 52.21 2-4, Contract Terms and Conditions, Commercial Items; Addendum to 52.212-4, (a) Text in paragraph (c) is deleted and replaced with the following: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, wit h the exception of administrative changes, such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. (b) paragraph (g)(2) is deleted in its entirety. (c) Paragraph (i) is deleted in its entirety. 52.212 -5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (including 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52. 232-36, Addendum to 52.232-36, (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC)., 52.222-41, 52.222-42, 52.222-44); 252.212-7001, Contract Terms a nd Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023); 252.204-7004, Required Central Contractor Registration; 52 .237-1, Site Visit, a formal site visit will not be held. If you are interested in a site visit, please contact Shari Greggs @ greggss@sill.army.mil by close of business October 21, 2005 in order to set one up for the following week; The following provisio n 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; Wage Determination 94- 2525 dated 5/23/2005 is applicable to this solicitation. 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 business concerns. Offers/bids received from other than small business concerns shall be considered non-responsive and will be rejected. Invoices must match purchase order/contract in description and unit of issue. Invoices must include complete mailing address, complete contract/purchase order number, description, price, and quantity, payment terms, point of contact and phone number for notification in case of defective invoice. Any questions are due by 12:00 noon October 21, 2005. Offers are due at the ACASR, Directorate of Contracting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 7350 3-0501 by 4:00 PM November 13, 2005. Fax transmissions of quotes shall be accepted, fax number 580-442-8014. All responsible sources may submit a quote which shall be considered.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN00925893-W 20051105/051103212106 (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.