Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

56 -- Contractor shall furnish and deliver a custom noise reduction enclosure system, including all brackets, fasteners, tracks, and hardware required for complete installation, to Ice Harbor Dam.

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-06-Q-0057
 
Response Due
3/23/2006
 
Archive Date
5/22/2006
 
Small Business Set-Aside
N/A
 
Description
For PDF version of Solicitation Email: James.t.patchin@nww01.usace.army.mil Solicitation Number: W912EF-06-Q-0057 Posted Date: 3/14/2006 Response Date: 3/23/2006 Set-Aside: Total Small Business Contracting Office Address: U.S. Army Corps of Engineers, J. Todd Patchin, 509.527.7205, 201 North Third Street, Walla Walla Wa. 99362 Description: This is a combined synopsis/solicitation (# W912EF-06-Q-0057) 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 o nly solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular 05-03. This combined synopsis/solicit ation is set-aside 100% for small business. Governments decision will be based on best value. ALL LINE ITEMS MUST INCLUDE ALL CHARGES INCLUDING FOB DESTINATION SHIPPING. NAICS CODE 238310 SIC 1742/5640 BRAND NAME OR APPROVED EQUAL NOISE REDUCTION CURTAINS BID ITEM LIST ITEM DESCRIPTION QUANTITY Price LS Total 01 Noise Reduction Curtains with hardware 1 $ $_________ Total Price $__________ _________________________________________________________________________ Except Card Payment---YES___NO___ BUSINESS SIZE___________________________-TAX ID #____________________________ DUNS #__________________________________-CAGE CODE #_________________________ BUSINESS NAME___________________________-BUSINESS POC________________________ BUSINESS ADDRESS________________________-BUSINESS PHONE______________________ BUSINESS E-MAIL_____________________________________________________________????_ SIGNED: _____________________________________________________________________ DATED: ????????______________________________________________________________________ Quotes must be in NLT 10:00 a.m. PST, March 23, 2006 or they will be considered late. SPECIFICATIONS FOR Noise Reduction Curtain System AT ICE HARBOR DAM SCOPE Contractor shall furnish and deliver a custom noise reduction enclosure system, including all brackets, fasteners, tracks, and hardware required for complete installation, to Ice Harbor Dam. Government will furnish the labor to install the curtain system. Technical documentation including noise reduction coefficient (NRC), sound transmission class (STC), material, weight per square feet, track and hardware specifications and installation instructions shall be submitted to the technical point of contact at s ite (through Contracting Office), for technical review, prior to contract award. A color pallet of available color options shall be submitted to the technical point of contact (through the Contracting Office) for color selection after the Contract award. I nstallation drawings, parts list, and assembly instruction shall be included in the product delivery. SPECIFICATIONS General Contractor shall furnish and deliver a custom noise reduction enclosure system, including all noise reduction curtains, brackets, fasteners, tracks, and hardware required for complete installation. The enclosure system shall be a track mounted curtain type . Noise Reduction Curtain The noise reduction curtain shall be 8 long. Maximum weight of each curtain panel shall be 70 pounds. Minimum curtain density shall be 1.0 PSF. The curtains shall be cleanable. The edges shall be reinforced. Top edge shall be grommeted. The grommets shal l be factory installed made of either brass or aluminum. The grommet ID shall be no less than 3/8. The grommet spacing (center to center) shall be sufficient to support a minimum of three times the lineal weight of the curtains. The grommet edge distance shall not exceed 2. Each panel shall also include a transparent panel. The transparent panel height shall be located 1.5 from the grommeted end, and shall be 18 wide, and extend to 6 from each edge. The minimum STC shall be 25. Minimum absorption coefficient shall be no less than 0.50 in the 250 Hz to 2000 Hz range, NRC shall be no less than 0.50. Minimum STC of the transparent panel shall be 25. Track The track shall be constructed of either steel or aluminum and be pendant mountable (suspended 8 below a concrete ceiling). Total track length shall be 110 LF, with (1) 90 degree turn. Maximum track section length shall not exceed 12. The track shall hav e a minimum of two tiers to accommodate panel slide-by. Hardware All hardware (curtain and track) shall be constructed of steel and shall be heavy duty roller type. Low friction plastic wear strips (attached to rollers or tracks) are acceptable. The curtains shall be securely attached to rollers. The rollers shall be of sufficient load carrying capacity to accommodate ease of curtain movement. Each track section shall be joined using heavy duty metal connectors. SCHEDULE Delivery shall commence no later than 60 days after the receipt of contract award. All parts and documents shall be delivered no later than 90 days after the receipt of contract award. Contractor shall make prior arrangements with the Government personnel at site to deliver and unload the equipment. DELIVERY Normal working hours at Ice Harbor Dam is 6:30 a.m. to 5:00 p.m., Monday through Thursday. The delivery shall arrive between 7:00 a.m. and 2:00 p.m. during our normal working days. Delivery made outside of this time slot will not be accepted. This is to al low for unloading and inspection. The delivery shall be made to the south side of the dam. The delivery address is as follows: Ice Harbor Dam 2763 Monument Drive Burbank, Washington 99323 Contractor shall make prior arrangements with the government personnel at site to deliver and unload the equipment. The technical contact person at site is Floyd Stredwick, P.E. (509) 543-3218. WARRANTY All parts shall be covered by a materials and workmanship warranty for a period of no less than one year from the date of acceptance. Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.211-6, 52.2 04-7, 52.232-33, 252.225-7000, 252.204-7004 Alternate A, 252.243-7001, 52.204-3, 52.219-1, 213-4. The Far Clause 52.214-21 Descriptive Literature shall apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.219-6. The DFARS clause 252.212 -7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions, of Commercial Items (JAN 2005) paragraph (b), shall apply to this acquisition: 252.225-7001, 252.232-7003. As per 52.252-2, the full text of a FAR and DFAR clauses may be accessed electronically at http://farsite.hill.af.mil. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Submit quotes to--Todd Patchin--509.527.7205--509.527.7802 Fax--james.t.patchin@nww01.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01005957-W 20060316/060314212344 (fbodaily.com)
 
Source
FedBizOpps 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.