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

54 -- Target Booths in Support of Aerial Target Flight Services

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-06-R-0285
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number W31P4Q-06-R-0285 is being issued as a request for proposal (RFP). All responsible sources may submit an offer, which shall be considered by the Agency. Contract Line Item (CLIN) 0001 will be issued for three (3) each portable blast res istant enclosures (Target Booths). This acquisition is a 100% Small Business (SB) Set-Aside, reference FedBizOpps Numbered Note 1. The SB size standard is 500 employees. The North American Industry Classification System Code is 332311, Prefabricated Met al Building and Component Manufacturing. All Offerors responding to this notice must be registered with the Central Contractor Registration. The specifications for the Targets Booths are as follows: GENERAL: Custom 60 x 80 Booth mounted (but removable) on a trailer including: Galvanized steel construction - shipped on flat bed truck, bolted to a trailer, fully assembled. Painted in one color with acrylic epoxy enamel - primer coat included. ROOF: No roof overhangs 4 Base, 70 Ceiling height. Anchor clips in corners, four-Roof lift eyes-threaded and removable. 12 Ga steel tread plate floor. Fork lift slots in 8 sides, located between the ceiling and finished roof and fork lift slots in the 8 sides in the base of the unit between the floor and the bottom of the unit. WALLS: On one 8 Front Wall, ? Steel on exterior & 18 Ga steel on inner wall. On all other walls 14 Ga steel on exterior & 18 Ga steel on the inner walls. 14 Ga Steel Roof & 14 Ga Steel Ceiling. On 8 Front Wall, two 36 high by 36 wide, 44%, bronze tinted, fixed, 9/16 thick, hurricane glass windows. On the two 6 side walls, adjacent to the front 8 wall, 36 high by 30 wide, ? Thick, 44%, bronze tinted fixed, tempered, safety glass windows. No glass on the other 8 wall. ONE- 30 Wide, Commercial Steel Hinged Door, with lock, hydraulic closer and recessed hole in door to open and close/lock - located on rear 6 wall. ONE- 8 long, steel counter, 24 deep, with 3wide x 8long slot centered on counter next to the wall, with storage drawer-front wall. 8 x 10 Hole in front 8 wall with steel hinged cover on the exterior - for cable access. Insulation-R17.4 in roof & R10 in walls. ELECTRICAL: ONE- 2LT32W, surface mounted, fluorescent light with wall switch. 100A, 12 Space, single phase panel with main breaker. TWO- Quad outlets-115v (by the counter). All wire in EMT, in the walls UL CERTIFIED ELECTRIC SYSTEM. FOUR- 14 Ga steel panels, to cover all the glass during shipment or movement - secure by bolt on panels. ONE-11600 BTU, GE, 208/220v, thru the wall, HVAC Unit, with integral thermostat. Steel cover for HVAC unit, to be used in shipping when the HVAC unit is removed (goes on exterior of booth to cover the hole). TRAILER: Tandem Axle Trailer with booth attached to the trailer (bolted)-includes 30 deep rear deck, safety rails, fold down step, 10 power cord, pintle hook, corner leveling jacks, spare tire/wheel, all required lighting for road use and trailer brakes. DOT VIN # FOB: Destination for delivery to XR High Technology Solutions, Inc., DBA WFI Government Services, Bldg 8695 Orogrande Base Camp, Orogrande, NM 88342-0075; inspection and acceptance are also at destination. The required delivery date is 90 days after rec eipt of the contract. Any award resulting from this RFP will be issued on Standard Form 26 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropr iate for the dollar value of the award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and Defense Federal Acquisition Regulation Supplement Change Notice 2006-0908. FAR Clause 52.212-1, Instructions to Offero rs  Commercial Items applies to this acquisition. Offerors are cautioned to review the provision carefully in order to ensure that all required information is submitted with the proposal. In order to provide for a thorough evaluation of compliance with the requirements, Offerors shall submit a technical description of the item to be offered in sufficient details, inclusive of product literature and warranty, if applicable. FAR Clause 52.212-2, Evaluation - Commercial items applies to this acquisition. T herefore, the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors sh all be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement and 2) price. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial items, OFFERORS SHALL INCLUDE A COM PLETED COPY WITH THE OFFER. The following clauses are applicable to this acquisition: 52.212-4, Contract Term and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; and 52.222-26, Equal Opportunity. Offers are due no later than 3:00 PM, Local Time, 25 September 2006 in the contracting office, AMSAM-AC-OS-S/Q. Miller, Building 5303, Redstone Arsenal, Alabama, 35898-5250. Facsimile proposals are acceptable at 256-842-8029 to the attention of Ms. Queen Miller or email proposals to queen.miller@us.army.mil. Proposals receiv ed after the specified due date and time will not be considered for award. For more information regarding this solicitation contact Queen Miller, Contracting Officer/Contract Specialist, at (256) 876-4197 or email queen.miller@us.army.mil.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC-OS-S/Q. Miller, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN01142516-W 20060915/060913221640 (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.