Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

54 -- Amendment to closing date of Furnish and install 12'x15' concrete prefabricated structure at Ft. Riley, KS

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
ACA, Fort Riley, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442-0248
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-06-T-0027-0001
 
Response Due
3/24/2006
 
Archive Date
5/23/2006
 
Small Business Set-Aside
N/A
 
Description
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911RX-06-T-0027 is issued as a request for quotation (RFQ). This solicitation is unrestricted under NAICS 327390. CLIN 0001, Furnish a nd install 12'x15' concrete prefabricated structure in accordance with the following scope of work. Pre-cast Concrete Shell: Size RCS 12/15 Concrete Shelter. Outside Dimension  15-0 long x 11-6 Wide x 10-1 High. Finished Inside Dimension  14 -0 Long x 10-6 Wide x 9-1 High Weight Approximate finished weight: 45,000 pounds. SPECIFICATIONS: Floor load: 250 PSF, Roof load: 65 PSF, Wind load: 150 MPH, Exp C, Seismic Zone: Zone 4, Bullet Resistance: Equivalent to UL-752, Level 4 . FINISHES: Exterior Walls: Chamfered painted surface, tan color, Interior Walls: 1/8 FRP mounted on 1/2 board, Insulation: R-11 on walls and ceiling, Telco Board: (1) 4x4 telco termination board; white, Floor: Vinyl composition tile with rubber base molding, Roofing: Elastomeric coating. DOORS AND OPENINGS: Doors: (1) 3-0 x 7-0 18 gauge steel door with 16 gauge steel frame, Locks: Storeroom lockset with changeable core, Other Door Hardware: NRP Stainless steel hinges, door closure, door pick plate, door holder, weather strip, aluminum threshold, Door Hood: Door drip cap  2 ? wide, Openings: Floor and wall block-outs to be determined by customer, but cannot exceed the structures design limitations. POWER: Power Service: 200A 3? 120/208V, Disconnect Switch: 200A Exterior Disconnect Switch, Main Distribution Panel: 200A 3?, 40 space, Surge Suppression: 45K Peak Amp Surge Suppressor, Convenience Outlets: (4) 125v/20A Duplex outlets, Exter ior GFI Outlets: (1) 125v/20A outlets. ENVIRONMENTAL SYSTEM: HVAC: (2) 3 Ton 3? HVAC Units with 5kw heater, no economizer, Controls: (1) Lead Lag Controller. ALARMS: (1) 25 pair Alarm terminal box with intrusion, smoke, power fa ilure, HVAC fail, and high/low temperature. LIGHTING: Interior: (5) 4 fluorescent light fixtures, Exterior: (1) Exterior light with photocell and motion detector, Emergency: (1) Emergency fixture with dual flood lights, Switches: (1) 20 am p light switch. CABLE LADDER: Ladder Rack: (40) 12 zinc dichromate racking mounted 12 BFC. GROUNDING: Ground Bar: (2) 1/4 x 4 x 20 ground bar with 500MCM interconnection, Ground Ring: Interior halo ring to include g rounding of cable racking and other metallic items. ADDITIONAL ITEMS: Fire Extinguisher: (1) 5 lb Fire extinguisher, Log Book: (1) Literature holder, Waveguide: (4) Port Waveguide to accept 5 PVC Conduits, Telephone: (1) Te lephone and jack attached to 4x4 telco board, Tie Down Kit: (1) Set includes brackets and bolts, shipped loose. ON-SITE ARCHITECTURAL ENHANCEMENTS: Handrail. Furnish, fabricate, hot dip galvanize 74 lineal feet of 3 out side diamete r three (3) line tube railing with a swing gate. Along with a 13-6 ladder to access the top of the concrete structure. MECHANICAL AND ELECTRICAL: Electrical (exterior):Exterior ground halo. Perimeter loop with copper cable connecte d to copper plates due to rock approximately 3 deep around existing foundation. Lightning protection. Furnish and Install conductor around perimeter of roof and (2) down leads attached to copper plates. Includes 3 pole to extend 25 in the air to pro tect TACO antennas. Generator work: Receive, set and anchor; up to 20 lf of conduits (line voltage, blocker heater and controls) and matching number of conduct ors for 75KW generator. Obstruction Lights: (2) Exterior obstruction lights mounted to handrail and powered from inside building. Fire Protection: System engineering per NFPA protocol; tanks, piping and FM200 agent to 7% concentration; smoke detectors a nd relays; abort buttons, pull stations and strobes; required testing, start-up and instructions. HVAC: Included as part of Shelter. EQUIPMENT: Generator: 75 KW (120/208 3PH) Cummins diesel generator or equal ; tank for minimum run time of 24 hours. main line circuit breaker; analog / digital control panel; start-up and training; initial fuel for generator, ATS: 225A (120/208 3PH) Nema 3R Cummins or equal automatic transfer switch, Bypass Switch: 225A (120/20 8 3PH) Cummins or equal automatic transfer switch. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The following provisions and clauses are applicable: 52.211-6 Brand name or equal. 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clau ses that are applicable to the acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabl ed Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225- 13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions O f Commercial Items and includes the following DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Payments Program; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 327390 under the Goods  Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS #, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 327390 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contract or Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligib le to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INC LUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; CAGE Code; DUNS number; and taxpayer identification number (TIN). Also, if quoting on an equal item, literature clearly showing that the product quoted matches the recommended brand (color, design, and material) must be submitted in order for your quote to be considered. Quotes may be faxed to 785-239-8978; emailed to laura.mcmann@riley.army.mil or mailed to ACA / Directorate of Contracting, ATTN: Laura McMann, 802 Marshall Loop, Fort Riley, Kansas 66442. Quotes may also be hand-carried to the mailing address provided. Laura McMann may be reached by telephone at 785-239-2359 from 7:00 am to 3:30 pm CST Monday through Friday. Quotes and applicable literature must be received at ACA, Directorate of Contracting, 802 Marshall Loop, Fort Riley, KS 66442 no later than 1600 hours central time on 24 March 2006. Person to contact for additional information regarding the RFQ is Laura McMann, Contract Specialist, (785)239-2359, fax (785)239-8978, laura.mcmann@us.army.mil.
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 802 Marshall Loop Fort Riley KS
Zip Code: 66442-0248
Country: US
 
Record
SN01010104-W 20060322/060320212919 (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  © 1994-2020, Loren Data Corp.