Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
MODIFICATION

71 -- Steel Shelving

Notice Date
7/10/2006
 
Notice Type
Modification
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-06-Q-0034
 
Response Due
7/12/2006
 
Archive Date
7/27/2006
 
Point of Contact
Marty Cruz, Contract Specilaist, Phone 301-837-1633, Fax 301-837-3227, - Ann Harrison, Contract Specialist, Phone (301) 837-0772, Fax (301) 837-3227,
 
E-Mail Address
narciso.cruz@nara.gov, ann.harrison@nara.gov
 
Description
Solicitation: NAMA-06-Q-0034 for Steel Shelving and Installation for Lenexa, Kansas Facility is hereby amended to provide the following information and to extend the closing date to Wednesday July 12, 2006 3:00PM EST; (1) The facility has concrete floors which are constructed to meet the American Concrete Institute, Committee 302 tolerances for flatness and levelness. The slab shall have an overall flatness Ff=30 with a minimum local flatness Ff=15. The slab shall have an overall levelness Fl=20, with a minimum local levelness Fl=10. (2) The loading dock is adjacent to Bay 1, and the distance from the dock to Bay 1 is less than 200 feet. The distance from the dock to Bays 2 and 3 is approximately 400 feet, and the distance from the dock to Bay 4 is approximately 600-800 feet. The National Archives and Records Administration is issuing this combined synopsis/solicitation for commercial items in accordance with FAR Subpart 13.5 ?V Test Program for Certain Commercial Items and FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-06-Q-0034. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The NAICS code is 423440. All qualified responsible business sources may submit a quote which will be considered by the agency. The delivery schedule is contained herein. This will be a firm fixed price contract for all supplies and services necessary to shelve a minimum of four records storage areas (bays) as outlined below. The bays will be delivered to and installed at NARA??s Lenexa, KS facility, as set forth in Table 1, below: Table 1 ?V Shelving Capacities and Time Frames Bay Number CF Capacity Overall Height Estimated Installation Commencement 1 180,000 135? ASAP: within 90 days of award 2 125,000 159? October 2006 3 125,000 159? May 2007 4 240,000 135? October 2007 SHELVING SPECIFICATIONS: The shelves shall be solid steel of clip type or nut-and bolt type construction in accordance with Federal Specifications AA-S-1048 or AA-S-271d. Open or skeleton type shelving units shall be provided. Two levels of both side and back cross strap braces are required on all shelving units (Seismic Level 1). The shelving must be powder-coated with a polyester epoxy hybrid or best equivalent available that passes NARA-conducted or independent lab tests for hardness, and coating stability, bending, adhesion, and durability. All shelving shall be a parchment color, per Federal Standard 595a, or other equally light reflective color. DIMENSIONS: The shelving units shall be constructed in accordance with NARA??s FRC Shelving Drawing Number 1, (attached). All shelving units to be provided and installed shall comply with very strict specifications in order to achieve optimal records storage capacity and access with the use of standard-size records storage boxes, size 10?? deep x 12?? wide x 15?? long. Overall height of 12-shelf units is 135 inches. Overall height for 14-shelf units is 159 inches. These overall heights are specified for space, operational and fire safety reasons. The primary shelving units shall be size 30?? deep x 42?? wide, with a minimum load carrying capacity of 300 pounds each. Fill-out shelving units, size 30??d x 30??w, minimum load carrying capacity of 200#, and 16?? w x 30??d, minimum load carrying capacity of 100#, are also required. All shelves are to be spaced on 12-inch vertical centers above 2-inch high base closures. In order to accommodate standard size records storage boxes and servicing space, the following clearances must be provided on the faces of all units. At least 39?? of clear horizontal shelf space must be provided between the posts on all of the 42?? wide units. At least 10-1/2?? of clear vertical storage space must be provided between all installed shelves. 2?? high base closures must be provided on the face of all shelving units so that all records stored on the bottom shelves throughout the facility will be 3?? above the floor finish in order to avoid damage to the records shelved on the bottom shelves from water spills as well as to avoid the accumulation of dust or files spillage under the bottom shelves. 30?? wide x 135?? high or 159?? high (depending on upright height) end panels (partitions) shall be installed on the sides of all units facing the main 5?? wide service aisles. INSTALLATION ENVIRONMENT: Access to all shelved records is from the standard 36?? wide service aisles within very rigid storage height and access aisle constraints. Special 34-inch wide mobile aluminum pulpit ladders are used to access all records stored on the upper shelves. Each pulpit ladder has as its base rigid guide rollers on the sides of the four corners, which roll along the 42-inch wide shelving base closures, 2-inches above the floor surface, for smooth movement of the ladder in order not to bump and damage the shelved records. All shelving base closures must be bolted or otherwise securely fastened to the shelving unit, at both ends. The units will not become dislodged by the four guide rollers of the aluminum pulpit ladders during their movement in the aisles while servicing the stored records, or by common impact forces within the storage space. INSTALLATION SERVICES: The successful shelving contractor shall furnish the steel shelving and all associated supervision, personnel, tools, materials, and transportation necessary to install the shelving as ordered by NARA. The shelving Contractor shall unload trucks, unpack, assemble and install the shelving in accordance with floor plans and instructions to be provided by the Contracting Officer??s Representative (COR). Shelving units shall be installed to the maximum extent in double (back-to-back) rows in accordance with FRC Shelving Drawing No. 1. All units shall be bolted or clipped together within the double rows through the adjoining uprights at the approximate center of the upper, middle, and lower one-third of their height as a minimum. The maximum tolerance from the vertical will be 1 inch in 10 feet or more in height. Installation shall allow top shelf storage of records in standard size boxes. SHELVING DELIVERY SCHEDULE: The anticipated delivery schedule for installation of the base requirement is as follows: Bay 1 (135?? high shelving) in Lenexa, KS within 90 days of award date; Bay 2 (159?? high shelving) at Lenexa, KS, October 2006; Bay 3 (159?? high shelving) at Lenexa, KS, May 2007; Bay 4 (135?? high shelving) at Lenexa, KS, October 2007. The contractor shall coordinate the final delivery schedule with the COR at the time of award. The oversight of the Contractor??s daily performance shall be through the COR. All shelving deliveries and installations shall be made during local NARA??s normal Federal duty hours, unless otherwise authorize by the COR. The Contractor shall ensure that all employees, both contractor and sub-contractor, comply with special NARA requirements regarding building passes, access to the Federal premises, prohibition against smoking, eating, and drinking except in NARA designated areas. SHELVING UNIT QUANTITIES: For Bay 1, 180,000 cf at 135??: Shelving units with 12 shelves each, spaced on 12-inch vertical centers, are required, as follows; Item 1 - 42??wide x 30?? deep x 135?? high shelving unit ?Vquantity 2,355; Item 2 - 30??wide x 30?? deep x 135?? high shelving units ?Vquantity 183; Item 3- 16?? wide x 30?? deep x 135?? high shelving units ?V quantity 183; Item 4- 30?? wide x 68?? high, side panel (partition) ?V quantity 138; Item 5 - 2-1/4?? x 2-1/4?? shim plate, 16 gauge, or equal ?V quantity 15,000. For Bays 2 and 3, 125,000 cf each at 159??: shelving units with 14 shelves each, spaced on 12-inch vertical centers, are required, as follows: Item 6- 42?? wide x 30?? deep x 159?? high shelving unit ?V quantity 1,360; Item 7 - 30?? wide x 30?? deep x 159?? high shelving units ?Vquantity 122; Item 8 -16?? wide x 30?? deep x 159?? high shelving units ?V quantity 122; Item 9 - 30?? wide x 87?? high, side panel (partition) ?V quantity 46; Item 10 -30?? wide x 75?? high, side panel (partition) ?V quantity 46; Item 11 - 2-1/4?? x 2-1/4?? shim plate, 16 gauge, or equal ?V quantity 10,000; For Bay 4, 240,000 cf at 135??, shelving units with 12 shelves each, spaced on 12-inch vertical centers, are required, as follows: Item 12 - 42?? wide x 30?? deep x 135?? high shelving unit ?V quantity 3,100; Item 13 - 30?? wide x 30?? deep x 135?? high shelving units- quantity 244; Item 14 - 16?? wide x 30?? deep x 135?? high shelving units ?V quantity 244; Item 15 - 30?? wide x 68?? high, side panel (partition) ?V Quantity 184; Item 16- 2-1/4?? x 2-1/4?? shim plate, 16 gauge, or equal ?V quantity 20,000. WARRANTY. The Contractor must perform all work within the strict terms and conditions of all existing commercial warranties (if any) on the equipment and must not perform work that would jeopardize said warranties. . INSPECTIONS. NARA reserves the right, during business hours and without notice, to inspect the Contractor??s processes, procedures, and deliverables during the performance of this work. CLAUSES AND PROVISIONS. Oferors must provide the information required by FAR 52.212-1, Instructions to Offerors ?V Commercial Items (Jan 2006h). FAR 52.212-2, Evaluation?XCommercial Items (Jan. 1999) is applicable, with the following addendum: The following factors will be used to evaluate offers and are listed in descending order of importance: (1) Price; (2) Technical Capability of the services offered to meet the Government requirement. Price is more important than Technical Capability of the services offered to meet the Government requirement. The proposed contract award will be based on a Low Cost-Technically Acceptable quote. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?XCommercial Items (Mar 2005) with its offer and may be obtained via the Internet at URL:http//farsite.hill. FAR 52.212-4, Contract terms and conditions?XCommercial Items (Sept 2005) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders?XCommercial Items (Sept 2005) is applicable and the following identified clauses from paragraph (b) are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul. 1995), with Alternate I (Oct. 1995); 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36, Affirmative Action for Handicapped Workers with Disabilities (Jun.1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232.18-Availability of Funds (APR 1984), 52.232-19-Availability of Funds for the Next Fiscal Year (APR 1984), 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999). 52.237-2-Protection of Government Buildings, Equipment, and Vegetation (APR 1984), 52.243-1-Changes-Fixed Price-Alternate 1 (APR 1984), 52.246-4-Inspection of Services-Fixed Price (AUG 1996), , 52.233-2-Service of Protest (AUG 1996) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the : National Archives and Records Administration, NAA-Acquisition Services Division, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001, Attn: Ann Harrison. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)-This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: http://www.arnet.gov/far, http://farsite.hill.af.mil/vffara.htm. (End of provision). The following National Archives and Records Administration Clauses will be made available upon request: NARA 7.1?V Government Contract Administration (Mar 2003) NARA 7.2 ?VDesignation of Contracting Officer??s Representative (May 2004) NARA 7.5-Invoice Submission Requirements (Dec 2002), NARA 7.7-Certification of Invoice (Dec 2002), NARA 7.9-Adjusting payment (Jul 2000), NARA 7.10- Final Payment (Sep 1998). CONTRACTOR NOTE??:In order to provide timely replies to Offeror??s inquiries, all written requests should be received no later than June 29, 2006. Offerors are requested to transmit inquiries via both facsimile (301-837-3227,) Attn: Mr. Narciso Cruz and email; ann.harrison@nara.gov.. The Government will reply promptly to inquiries received during the time frame as cited above, but will not extend the quote receipt merely because of late submittal of questions. Quotes for services described above are due by 1:00pm E.S.T. July 5, 2006 and may be mailed, faxed (301) 837-3227 or emailed (narciso.cruz@nara.gov) to: Mr. Narciso Cruz, National Archives and Records Administration, Acquisition Services Division (NAA), Suite 3340, 8601 Adelphi Road, College Park MD 20740-6001. Quotes must include the solicitation number, discount/payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation and amendments (in any)
 
Place of Performance
Address: Lenexa, Kansas
 
Record
SN01086006-W 20060712/060710221334 (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.