Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

54 -- PREFABRICATED STRUCTURE FOR THE NWS, TAUNTON, MA & BROOKHAVEN, NY

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWWN4200-7-03014JDC
 
Response Due
3/20/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote to supply all labor, equipment, and materials to furnish, deliver, and place one each prefabricated structure at National Weather Service (NWS) sites located at Taunton, MA, (BOX) and Brookhaven, NY, (OKX). This constitutes the only Request for Quotation (RFQ). Written offers are being requested. A written solicitation will not be issued. This notice is hereby issued as RFP No. NWWN4200-7-03014JDC. This is a small business set-aside. The NAIC code for this action is 332311. This is a firm fixed price request for quote. BID FORMAT: To supply all labor, equipment, and materials to furnish, deliver, and place one each prefabricated structure at National Weather Service (NWS) sites located at: (Price Schedule) CLIN #00001, Taunton, MA, (BOX), QTY, 1 JOB, PRICE: $___________. CLIN #0002, Brookhaven, NY, (OKX), QTY 1 JOB, PRICE: $___________. SECTION B: SOLICITATION CLAUSES AND PROVISIONS: This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. The line items(s) will be provided in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005). 52.211-8 Time of Delivery (Jun 1997). Required Delivery Schedule: CLIN #00001, Taunton, MA, (BOX),1 Quantity, 45 days after Date of Notice to Proceed. CLIN #0002, Brookhaven, NY, (OKX),1 Quantity,45 days after Date of Notice to Proceed. Offerors Proposed Delivery Schedule: CLIN #00001, Taunton, MA, (BOX),1 Quantity, _______days after Date of Notice to Proceed. CLIN #0002, Brookhaven, NY, (OKX),1 Quantity,______days after Date of Notice to Proceed. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006), (Sections 5, 6, 15, 16, 17, 19, 26 and 31). 52.247-34 F.O.B. Destination (Nov 1991). Full text of the FAR Clauses can be found at http://www.arnet.gov/far/. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officers Authority (March 2000). 1352.201-71 Contracting Officers Technical Representative (COTR) (February 2005. 1352.246-70 Inspection and Acceptance (March 2000) Inspection and acceptance will be performed at the National Weather Service, Weather Forecast Office, NOAA located at Upton, NY and Taunton, MA. 1352.252-70 Regulatory Notice (March 2000). 1352.208-70 Printing (March 2000). 1352.209-71 Organizational Conflict of Interest (March 2000). 1352.209-73 Compliance with Laws (March 2000). 1352.233-70 Harmless from Liability (March 2000). Full text of the CAR clauses can be found at: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. SECTION C: SPECIFICATIONS: 1352.211-70 Statement of Work/Specifications (March 2000). Structure Buildings. The contractor is to supply all labor, equipment, and materials to furnish, deliver, and place one each prefabricated structure at National Weather Service (NWS) sites located at Taunton MA, (BOX) and Brookhaven, NY (OKX). Interiors are to be pre-finished, pre-wired, and installed with heating and air conditioning systems. All systems shall be functional when connected to power source (by NWS). The buildings are to be used as storage buildings. These specifications apply to both buildings: Building Code Requirements: Building shall be designed to meet the load requirements of the Standard Building Code (SBC) or (ASCE-7-88) building code requirements for minimum design loads in buildings and other structures. Building Design Loadings: The building design shall meet or exceed the following minimum loadings: Roof live load: 60 PSF, Floor live load: 120PSF, Wall wind load: 120 MPH. Construction: The building roof shall be designed clear span without the use of interior supporting of any type. The roof shall be sloped from the center to allow water runoff. The exterior of the roof shall be covered with an ultraviolet resistant, reflective elastomeric coating that prevents water intrusion. All joints between panels shall be caulked on exterior and interior surfaces. Caulking shall be a premium quality elastomeric sealant, with a polyurethane base. Structure panels minimum thickness: Walls: four (4) inches, Floor: six (6) inches, Roof: Four (4) inches. Building Size: 10 feet Width by 12 feet Length by 8 feet Height (10ft x 12ft x 8ft). Number of rooms: one (1). Building Exterior Finish: Finish Structural Grade Sheathing. Exterior color: white. Environmental Requirements:Geographic: U.S. Eastern Region area. Approximate Temperature Range: -20 to 100 degrees Fahrenheit. Building Insulation: Walls: R11 (minimum, Ceiling: R22 (minimum). Door Requirement: Door size: one (1) 3feet Wide x 6feet 8 inches Height (7feet maximum). Metal door with steel jamb. One (1) lever lock, keyed lever lockset (deadbolt). Weather-tight all around door edge. Door shall be painted to prevent corrosion. The door locations shall be located as shown on drawing or sketch. Interior wall and Floor finish: Wall finish: white fiberglass reinforced paneling (FRP) over insulation. Floor finish: 1/8 inch vinyl block tile, Armstrong Fortress White. Cove base: 4 inch vinyl, color: toffee. Windows: None Electrical Requirement: One (1) panel box, 100 AMP single phase w/ 100 AMP main breaker, 24 spaces. Lights: two (2) lights, two (2) tube, 4 feet fluorescent diffused. Receptacles: Three (3) receptacles, 20 AMP, 120V duplex. One (1) receptacle, 20 AMP, 240V A/C receptacle. Switches: one (1) switch for fixture lights (see drawing as shown). Heating and air conditioning: one (1) wall A/C, 9,500 BTU A/C with heat strip (240V). See drawing or sketch as shown for electrical layout. Documentation and Permits: The contractor shall furnish documentation for permitting including: all building drawings, approval drawings, and Engineers stamps. Delivery and Placement: The contractor shall deliver and place buildings on foundations provided by the NWS. Contact Information: James A. Cubells, Engineer Technician / Draftsperson, at the NWS Eastern Region Headquarters. Phone: (631) 244-0147 Fax: (631) 244-0117 Email: James.Cubells@noaa.gov Supervisor: Bill Ross, Facilities Engineer Phone: (631) 244-0156 and E mail: William.Ross@noaa.gov Delivery Addresses: Brookhaven, NY, (Upton, NY),National Weather Service,Weather Forecast Office, NOAA, NWS-1, 175 Brookhaven Avenue, Upton, NY 11973. Site POC: Roger Ducharme: Cell Ph: (607)727-8256 Office Ph: (631)244-0116. Taunton, MA: National Weather Service, Weather Forecast Office, NOAA, 445 Myles Standish Blvd, Taunton, MA 02780-7328 Site POC: Ray Mallett, Cell Ph: (917)847-1988. The contractor shall notify the site contact persons at least 72 hours prior to delivery. No delivery allowed on weekend. SECTION D-ADDITIONAL INSTRUCTIONS TO OFFEROR: Additional FAR/CAR clauses and provisions incorporated into this acquisition shall be: 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). 52.212-2 Evaluation-Commercial Items (Jan 1999), (The following factors shall be used to evaluate offers: Technical, Past Performance, and Price. When combined, Technical, and Past Performance are significantly less important than price). 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006). 1352.215-71 Proposal Preparation (March 2000). 1352.215-73 Inquiries (March 2000). 1352.247-70 Packing for Domestic Shipment (March 2000). 1352.252-71 Regulatory Notice (March 2000). Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Jane Cerda, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 CST, Tuesday, March 20, 2007. Quotes may be faxed to 816-274-6950 Attn: Jane Cerda. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1). Price: Provide a completed price schedule for all line items identified in this notice. 2). Past Performance: The offeror must include the names, addresses, contact person, and phone numbers of at least three (3) companies they have performed similar work for in the last 2 years (2004 through 2006). If any present and/or prior performance with the U.S. Government has occurred within the last 2 years, the offeror must list all U.S. Government agency names, addresses, contact persons, and phone numbers. 3). FAR 52.211-8 Time of Delivery: Provide a delivery schedule if different than the suggested schedule. 4). FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 5). Certification of registration in CCR. 6). The offeror must include their Duns and Bradstreet number on their proposal. The government intends to issue the drawings, amendments and any miscellaneous attachments through the Federal Technical Data Solutions (FedTeDS) website. You can access the FedTeDS website from FedBizOps by clicking on the link labeled Technical Data Package, then in the next screen clicking on the link labeled, Available via the FedTeDS website. There will be no printed hard copies provided by the agency. Contractors must be registered in FedTeDs in order to obtain a copy of the drawings, amendments or miscellaneous attachments. For instructions on how to register in FedTeDs please access the following web site https://www.fedteds.gov/. Department of Commerce, Central Region Acquisition Division requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR, please access the following website: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The government requires all contractors to submit their Certifications and Representations (Certs and Reps) under FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006). Award will not be made to any contractor that is not registered in CCR and has not submitted their Certs and Reps.
 
Place of Performance
Address: Brookhaven, NY 11973, and, Taunton, MA 02780
Zip Code: 11973
Country: UNITED STATES
 
Record
SN01239607-W 20070301/070227220435 (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.