Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

99 -- GUARD HOUSE

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
1701 North Fort Myer Dr, Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
1019-631627
 
Response Due
9/19/2006
 
Archive Date
3/18/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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 solicitation number is 1019-631627 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $5.0M. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, September 19, 2006 at 15:30:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Beltsville, MD 20705 The Department of State requires the following items, MEET OR EXCEED, to the following: LI 001, PART NUMBER: 6X8-HG-CS-ST-GB-BL-01-GS, 6FT X 8FT STEEL CLASSIC STYLEGUARD BOOTH BUILDING AS FOLLOWS: 6FT X 8FT STEEL CLASSIC STYLEGUARD BOOTH BUILDING AS FOLLOWS Standard Steel Building Features:: The pre-assembled building shall be steel construction. Dimensions to be 8 wide x 6 long and 96 inches in height FRAME: Framing will be comprised of 14 GA mechanical tube. All seams to be MIG welded. Any and all exposed seams will be ground flat and smooth. BASE/FLOOR: Building to typically be constructed on a 4 inches galvanized mechanical tube frame. Floor assembly to be 1 inch thick comprised of galvanized steel underside, 3/4 inch plywood and aluminum treadplate finished floor. WALL PANELS: All wall panels will consist of 16 gauge exterior, 2 inch or E.P.S insulation (R-12 ) and a 16 gauge inside face. All panels will be galvanized and will be MIG welded into place. CEILING: Interior ceiling will be foam core panel system providing smooth flat interior. Constructed form 24 GA pre-finished white with expanded polystyrene core. ROOF: will be constructed using 24 GA, G-90 interlocking pan sections. Sections to be factory coated with industrial quality polyester white paint. Sections to be 3? high with varying widths able to support minimum of 50 PSF live load. Roof drains into full-perimeter gutter system. FINISH: All exterior surfaces to be smooth and flat with no visible blemishes. All surfaces to be painted using an epoxy/urethane prime to paint system designed to withstand salt spray and freeze thaw testing. WINDOWS: Fixed windows will be 1/8 inch tempered safety glass. all sliding and cashier windows will be 1/8 inch tempered safety glass unless stated otherwise in product description. All window frames will be anodized aluminum and fastened to building with no exposed fasteners. All moving windows will be supplied with locking device. DOORS: Sliding doors will be extruded aluminum frame that is top hung using heavy duty ball bearing nylon tire with steel hub. Included is a jimmy-proof single cylinder lock. A commercial grade swing door with a commercial grade lock set is available as an option. ELECTRICAL: All electrical will be wired according to N.E.C. Standards. The load center will be a General Electric 125 AMP 120/240 volt unit with 8 to 16 open circuits. All wiring will be within surface mounted EMT conduit lines. Included will be a GFCI duplex receptacle with tester. LIGHTING: Lighting will be a twin fluorescent light with tube covers. Size and quantity will depend upon the booth size. HEAT: Heating will be wall mounted electric with fan forced operation. 1500w/5120 BTU and thermostat in an enamel coated 20 gauge steel cabinet., 1, EA; LI 002, PART NUMBER: MOD-TO-BOOTH-OH-USDS, 1 FOOT OVERHANG ON TWO (2) 8 FOOT SIDES OF 6 X 8 STEEL BUILDING W/RECESSED LIGHTING AS FOLLOWS: OVERHANG WILL MAKE BOOTH 8FT X 8FT FOR SHIPPING PURPOSES, 1, EA; LI 003, PART NUMBER: 6X8-TINT-GL-S-TB-GS, 6X8-STEEL BUILDING TINTED GLASS UPGRADE, 1, EA; LI 004, PART NUMBER: 13K-RM-AC-110-COL-SB-GS, 13K COLEMAN BTU ROOF MOUNT 110V A/C UNIT, 1, EA; LI 005, PART NUMBER: 10K-FA-HD-HE-AT-SB-GS, 10,000 BTU 208V FORCED AIR HEAVY DUTY HEATER (3000 WATTS @ 16.7 AMPS), 1, EA; LI 006, PART NUMBER: EXT-SPOT, EXTERIOR MOUNTED TWO BULB SPOT LIGHT FIXTURE W/ON/OFF SWITCH INSIDE BLDG (1) FIXTURES WILL SHIP LOOSE AND WILL REQUIRE INSTALLATION ON SITE BY OTHERS, (2) JUNCTION BOX AND WIRING WILL BE INSTALLED AT THE FACTORY, 1, EA; LI 007, PART NUMBER: QUAD-OUTLETS, QUAD OUTLETS FOR STEEL GUARD BOOTH (PRICE IS PER QUAD OUTLET), 1, EA; LI 008, PART NUMBER: 6X8-BRW-4-01-GS, 6X8 BLDG. LEVEL 4 UL 752 LISTED FIBERGLASS BULLET RESISTANT WALL PANEL INSERT UPGRADE: (RATED FOR 1 SHOT OF .30 CALIBER RIFLE LEAD CORE SOFT POINT @ 180 GRAIN, 1, EA; LI 009, PART NUMBER: 6X8-BRG-4-01-GS, 6X8 BLDG LEVEL 4 UL 752 LISTED BULLET RESISTANT LAMINATED GLASS UPGRADE FOR FULL PERIMETER (360 DEGREE) VIEWING INCLUDING: (1) TYPICAL GLASS THICKNESS 2 INCH THICK, (2) RATED FOR 1 SHOT OF .30 CALIBER RIFLE LEAD CORE SOFT POINT @ 180 GRAIN, 1, EA; LI 010, PART NUMBER: 36BRSWD-HG-4-01-GS, 36 INCH LEVEL 4 UL 752 LISTED BULLET RESISTANT HALF GLASS SWING DOOR W/HARDWARE, 1, EA; LI 011, PART NUMBER: INSTALLATION-37591, INSTALLATION OF ONE (1) 6 X 8 BR LEVEL 4 STEEL GUARD BOOTH AND OTHER SERVICES IN BELTSVILLE, MD AS FOLLOWS: INSTALLATION OF ONE (1) 6 X 8 BR LEVEL 4 STEEL GUARD BOOTH AND OTHER SERVICES IN BELTSVILLE, MD AS FOLLOWS: -This installation will consist of moving an existing booth and installaing a new BR booth. Shelters Direct has quoted the job to be completed in one (1) day. EXISTING BOOTH -Disconect electric at existing guard booth -Disconnecting of gate operators and other items is not included and is the responsibility of others -Remove anchors -Lift and transport existing guard booth to concrete pad (approximately 75 yards) -Anchor guard booth to concrete pad -Connect existing electric to guard booth -Gate operators or other electrical items are not included and are the responsibility of others NEW BR LEVEL 4 GUARD BOOTH -Unload and anchor new guard booth to existing concrete pad -Shelters Direct will try to align door with existing sidewalk (measurements during site visit are critical for this to happen) -Connect electric for guard booth -Gate operators and barriers to be connected and re-installed by others -Includes crane for unloading and placing guard booth -Includes all required tools and material for installation Notes: 1) Customer to remove barrier prior to Shelters Direct unloading and anchoring booth. 2) If the customer requires installation services during non-business hours,, 1, EA; LI 012, SHIPPING/HANDLING, 1, LT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Harry Lundy at lundyhe@state.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions of comments In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT. BIDS MUST BE VALID FOR 30 DAYS AFTER COMPETITION CLOSE. FOB DESTINATION CONUS TO BE CONSIDERED FOR AWARD, SELLERS MUST DOCUMENT SPECIFICATIONS OF ITEM BEING BID. NO EXEPTIONS.
 
Web Link
www.fedbid.com (b-31909_01, n-3562)
(http://www.fedbid.com)
 
Place of Performance
Address: Beltsville, MD 20705
Zip Code: 20705
Country: US
 
Record
SN01142022-W 20060915/060913220559 (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.