Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
MODIFICATION

54 -- Pre-Engineered Building for Creech AFB, NV

Notice Date
2/28/2007
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2WTB37046A001
 
Response Due
3/2/2007
 
Archive Date
3/17/2007
 
Point of Contact
Tim Angermeier, Contract Specialist, Phone 406-731-4554, Fax 406-731-4005, - Carolyn Wood, Base Support Flight Chief, Phone 406-731-4019, Fax 406-731-4005,
 
E-Mail Address
tim.angermeier@malmstrom.af.mil, carolyn.wood@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment incorporates answers to questions posted from industry. 1. Standing seam roofs with rigid insulation usually require a sub-panel to screw into, what is the gauge and R-value of the sub-panel? Gauge should be in accordance with industry standards. R-value of R-19 or better 2. How thick do the standing seam-roof panels with rigid insulation need to be? Panels need to be a minimum of 2 and a half inches thick with R-value of R-19 or better. 3. Do the walls need vinyl backed insulation and what is the R-value of the insulation? No vinyl backed or batt-type insulation. 4. Do you want pre-insulated wall panels (like a sandwich panel) or do you want a standard wall panel with the walls insulated with a vinyl backed insulation? Pre-insulated panels only. 5. How thick do the pre-insulated wall panels need to be? The panels need to be a minimum of 2 and a half inches thick with a R-value of R-19 or better. 6. Is there an eave extension and if so what are its measurements? No. 7. What does the government want for a foundation design concerning the steel building? Building footprint and column loads. Anchor bolt patterns (with specifications, if they don't provide their own anchor bolts). 8. Do we have to include foundation engineering in our proposal? If so we will need the soils report to complete that. Not required; end-user can design the foundation. 9. Does the owner want approval drawings prior to ordering the steel building? Preferred; can be omitted if the specific written information is provided, along with access to informational drawings illustrating manufacturer's standard or "typical" erection techniques. 10. In regards to modular construction, the question of most importance is the type of foundation that will be used to support the building, is a Peer and Beam foundation or a Slab on Grade foundation required? Pier and Beam. 11. Is this project is open to modular construction; do you have a design or specifications for the building? Pre-engineered buildings (PEB) only. 12. What is the timeline for the project? Once the building is ordered, we'll need foundation & anchor bolt specs (as identified above) and 2 sets of drawings delivered to Malmstrom AFB no later than 23 Mar 07. If the manufacturer is providing the anchor bolts, delivery to Creech AFB, NV no later than by 6 April 07. Delivery of building to Creech AFB, no later than 7 May 07. 13. Does the building need any rooms, offices, or restrooms? No, end-user will design and build interior. 14. The four double doors with panic hardware are to be single or double active leaf? Double active preferred; with out mullion, one side can have vertical rods instead. One side with knob or lever, the opposite can be just a pull-plate. If possible, key alike with Schlage 6 pin lock cylinders. No preference on hardware finish, other than all matching. Pre-Engineered Building at Creech AFB, NV (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2WTB37046A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332311 with a small business size standard of 500. (v) CLIN 0001: PreEngineered Building; 1 Each. See (vi) for details. (vi) Dimensions: 50ft wide x 150ft long clear-span with a 12ft eave height, 1/12 pitch (minimum). Building Code IBC 03, Wind Speed: 90mph, Exposure C, 20psf live load, Seismic Zone 2b. Pre-insulated wall panels. Standing Seam-Roof with rigid insulation. Note 1: If specialized equipment (i.e. hand or power seamers) is required for roof installation include rental or purchase cost in quote. Note 2: For warranty requirements, if roof needs to be installed by trained personnel include cost associated with training or other necessary requirements. Color: Tan or Beige walls; Brown roof; doors, gutters, and downspouts need to match primary color of building. Four double doors at 6ft wide x 7ft tall; one on each side and end of building; Doors shall be within 10ft from center of each wall; each door must include panic hardware, knob/lever, lock, and closer; no windows or door lights. A foundation design shall be provided to include all necessary anchor bolts or specifications if not provided by building manufacturer. This information shall be provided to 819 RHS no later than two (2) weeks after award date. (vii) Delivery shall be no later than 7 May 2007. FOB: Destination to Creech AFB, NV. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (ix) (a) 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 shall be used to evaluate offers: price, price related factors, ability to meet specifications, and ability to meet required delivery time. (x) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. Offeror Representations and Certifications shall be completed on the ORCA website, http://orca.bpn.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2004) (DEVIATION), applies to this acquisition which includes: FAR 52.219-6, Notice of Total Small Business Aside (June 2003), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2006), 52.233-3, Protest After Award (AUG 1996), and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (xiii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; 252.232-7003, Electronic Submission of Payment Requests. The following clauses are required for this solicitation: FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.204-7 Central Contractor Registration (Oct 2003), and DFARS 252.204-7004 Alternate A (Nov 2003). All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ and Wide Area Workflow in accordance with DFARS 252.232-7003. (xiv) DPAS Rating does not apply to this acquisition. (xv) Numbered notes are not applicable for this acquisition. (xvi) Quotes are required to be received no later than 2:00 PM MST, Friday 2 Mar 2007. All quotes must be faxed to (406) 731-4005 to the attention of TSgt Timothy Angermeier or emailed to timothy.angermeier@malmstrom.af.mil. (xvii) Direct any questions or concerns to TSgt Timothy Angermeier at (406) 731-4554, e-mail timothy.angermeier@malmstrom.af.mil or Carolyn Wood at (406) 731-4019, email Carolyn.wood@malmstrom.af.mil.
 
Place of Performance
Address: Creech AFB, NV
Zip Code: 89018
Country: UNITED STATES
 
Record
SN01240821-W 20070302/070228221015 (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.