Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

54 -- Purchase and Assembly of Prefabricated Building

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M68909 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
M6890906Q1035
 
Response Due
5/30/2006
 
Archive Date
6/29/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number M68909-06-Q-1035 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This is a small business set-aside. NAICS Code 236220 with a small business size standard of $31M applies. This is a turn-key project for the furnishing of a steel pre-fabricated building, to include delivery, setup and installation. Line Item 0001: One (1) prefabricated steel building, size 50?W X 140?L X 12? eave height. Line Item 0002: Setup and installation. The building shall meet the following minimum functional specifications: Design Code CBC 2001, Live Load 12/20 psf, Roof Slope 1:12, Wind Load 80 mph, Wind Exposure C, Seismic Zone 4, Roof PBR 28 ga, Wall PBR 26 ga, reinforced insulation of 6 inches (R-19) in roof and 4 inches (R-13) in walls. Structure shall have 2 each 4070M doors, non-insulated, keyed alike, with lever lock; 1 each 8? X 10? rollup door, and 6 insulated light transmitting panels. Contractor shall provide 3 sets of stamped certified engineer plans within 15 calendar days of contract award. The structure shall comply with all applicable city, state, and Federal requirements, shall be AISC certified, and be in accordance with best commercial practices. The contractor shall furnish all labor and materials for the complete delivery and set-up of the structure, and shall ensure unit is braced, set level, and ready for hook up by the Government to all required utilities and their points of connection. Installation shall take place at the Marine Corps Tactical Systems Support Activity (MCTSSA), Camp Pendleton, California. The contractor shall be responsible for cleanup of debris generated as a result of this project and disposal of debris at an authorized off-site disposal location as required in accordance with federal, state, local requirements. The structure shall be delivered to MCTSSA, Supply Officer, Bldg. 31345, Camp Pendleton, CA 92055-5171, FOB Destination, no later than 6 weeks (or sooner if so quoted) after Government approval of engineer plans. Standard commercial warranty (or better) shall be quoted. The provisions at FAR 52.212-1, Instructions to Offerors?Commercial Items and FAR 52.212-2, Evaluation?Commercial Items apply. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government?s need, delivery, price and past performance. Quoters shall provide descriptive literature which clearly explains the technical characteristics of the product offered and warranty quoted. Quoters shall provide names, contact points, and telephone numbers of three (3) Government (preferred) or commercial customers that are currently using the item being offered, for purposes of past performance evaluation. Quoters shall include a completed copy of the provision at FAR 52-212-3, Offeror Representations and Certifications?Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items with its quotation. The clauses at FAR 52.212-4, Contract Terms and Conditions?Commercial Items and DFARS 252.225-7020, Trade Agreements apply to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, with the following clauses under paragraph (b) incorporated by reference: (1), (5)(i), (7), (9), (11), (14), (15), (16), (17), (18), (19), (20), (2 1), (26), and (31), and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with paragraph (a) clause 52.203-3 and paragraph (b) clauses 252.252.225-7012, and 252.225-7036 apply to this acquisition. The full text of clauses and provisions incorporated by reference may be obtained at the following address: http://www.acq.osd.mil/dp/dars/dfars.html. Quotations are due to the MCTSSA Contracts, Box 555171, Camp Pendleton, CA 92055-5171 no later than 2:00 p.m. on 30 May 2006. The point of contact for information regarding this solicitation is Carol Amano at (760)725-9194, fax (760)725-2986, or Email to carol.amano@usmc.mil or susan.humann@usmc.mil *****
 
Web Link
MCTSSA Contract Opportunities
(http://www.mctssa.usmc.mil)
 
Record
SN01048431-W 20060517/060515220911 (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.