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
SOLICITATION NOTICE

Y -- Operations Sand Castle FY07 at The NTC Fort Irwin, CA Requirement #6 (Clear Span Structures for Billets, DFAC, & MWR/C2 HQ)

Notice Date
2/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
W9124B-07-T-0011
 
Response Due
4/12/2007
 
Archive Date
6/11/2007
 
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; quotes ar e being requested and a written solicitation will not be issued. A faxed copy of this Request for Quote as contained herein will be provided to all requestors. Quotes are being requested and written solicitation will not be issued. This solicitation is issued as a Best Value request for quote (RFQ) W9124B-07-T-0011 using Simplified Acquisition Procedures under the Test Program at Subpart 13.5. The Government intends to award to the responsible offeror(s) whose offer conforming to the solicitation will b e the most advantageous to the government based on the best value. Offers to this RFQ will be evaluated based on Availability of the requested requirement, Delivery time, Price. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2004-25. This is full and open procurement and is under North American Industry Classification Standards (NAICS) code 332311, the size standard is $6M. The following clauses and provisions are incorporated and are to remain in full force in any resultant award: FAR Clause 52.204-9, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (dev), 52.246-2, 52-232-23, 52.247-27, 52.252-1, 252.204-7004, 252.212-7001 , 52.000-4029, 52.204-9, 52.217-8, 52.000-4014. Each offeror shall include a completed copy of the provisions at FAR clause 52-213-3 Offerors Representations and Certifications-Commercial Items (2/00) with the quotations, the word document is available for download with these representations and certifi cations (And also in entire from: http://farsite.hill.af.mil/). Copies of Clauses in full text may be found at the following website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_00htm. If you are quoting an Equal, you must prov ide the manufacturer, part number, and other requirements prescribed in FAR 52.211-6, Brand Name or Equal, (8/99) with quote. Offers are due 12 March 2007 at 10:00 AM PST. Contact CPT Jason Franklin at 380-760-3686 to coordinate for site visits on 8 & 9 March 2007 only. Award shall be made only to contractor who have registered with the Central Contractor. Registration at: http://www.ccr.gov/ Your offer may be submitted by email to rosalind.whitfield@irwin.army.mil and lanyard.armstrong@usar.army.mil or via fax at 760-380-3693 and 601-631-6198 respectively. Point of Contact for questions of contractual nature addressed to Ms. Rosalind M. Whitf ield at (760) 380-6576. REQUIREMENT DESCRIPTION: IN THE EVENT OF NEEDED REPAIRS RESPONSE TIME SHALL BE WITHIN 4 HOURS AFTER NOTIFICATION IF MADE BY 4:30 PM OR 0600 IF NOTIFICATION IS MADE AFTER 5:00 PM. POC for delivery and site set is MSG Armstrong POC contact number will be furnished at time of award. Operations Sand Castle FY07 Requirement #6, (Clear Span Structures for Billets, DFAC, & MWR/C2 HQ) Clear Span Structures over existing concrete pads Requirements: deliver, set up and securely mounted to withstand wind gusts, pick up/insurance/daily service and maintenance to include weekends and holidays. Delivery date 3 April 2007 and pick up date 8 June 2007. Provide two (2) 270 capacity super series 20m x 35m structures to be placed over existing concrete pads. Each unit contains 2 entry/exit doors, metal halide lighting package and (20) 110v electrical outlet drops. This item is to be delivered (NLT) 3 April 2007 for use, and to be picked up 8 June 2007. The sleeping quarters are to be delivered and erected at the National Training Center (NTC) Forward Operating Base (FOB) at the following GRID SITE FOB Site GRID: NU30559758. Living/Dining Structures over graded earth Requirements: deliver, set up and securely mounted to withstand wind gusts, pick up/insurance/daily service and maintenance to include weekends and holidays. Delivery date 3 April 2007 and pick up date 8 June 2007. Provide (2) two single structures. One with partition (dining and MWR Facility and/or C2 HQ) and one without partition (living quarters) to be delivered no later than (NLT) 3 April 2007 for use, and to be picked up 8 June 07. C2 HQ is the super series 15m x 30m structure w/ min. 3,229 square foot dining section, a 2,153 square foot MWR section, 4 raised wood flooring, entry/exit door for each section, metal halide lighting package, and (20) 110v electrical outlet drops. The living, dining & MWR Facility and/or C2 HQ is to be delivered to the National Training Center (NTC) Forward Operating Base (FOB) at the following GRID SITES FOB Site GRID: NU30559758 Air Conditioners & Generators Requirements: deliver, set up and securely mounted to withstand wind gusts, pick up/insurance/daily service and maintenance to include weekends and holidays. Delivery date 3 April 2007 and pick up date 8 June 2007. Provide materials and equipment listed below for two months. Each item/unit needs to be delivered no later than (NLT) 3 April 2007 for use, and to be picked up 8 June 2007. The AC and generators are to be delivered National Training Center (NTC) Forward Op erating Base (FOB) Endeavor. FOB Site GRID: NU30559758 Includes power to sleep structures at ten foot intervals along long sides, one dining/MWR structure, three shower trailers, two restroom trailers, two laundry trailers and one refer trailer. Air conditioners and generators (300kw) to power for four struct ures. (18) 20 ton/cooling/50kw heating vertical style air conditioning 3 April 2007 to 8 June 2007 1ea 750 kw generator 1ea 320 kw generator 250 each 4\0 x 5\0 camloc power cable 2 ea 400 Amp Distribution Panels 1 ea 200 Amp Distribution Panels Power Generation, Electrical and Maintenance The contractor shall provide and install lighting, GFCI protected receptacles and diesel/JP8 powered generators. Lighting fixtures type shall be metal halide, 400 watt with diffuser/shade or equivalent industry standard. Each structure requires a minimum of three(3) lighting fixtures. Contractor will supply 30 ampres of 120volt AC power to each structure in addition to the required lighting. The 30 ampres of power shall be distributed through 18 GFCI protected receptacles, installed along the structure s interior perimeter. Each structure is to have a dedicated GFCI protected distribution panel installed in its interior. Installed in each structure shall be an electric exit light unit(s) that displays a continuous lit red EXIT above each door. Prim ary and backup generators shall be diesel/JP8 type. Generator will have a minimum run time of 24 hours, under full load, with one full tank of fuel. Primary generator shall be sized to supply a minimum of 50 ampres, 120 volt, AC power, to each structur e, 24 hours a day, 7 days per week for duration of contract. Backup generator size shall be equal in size to primary generator. Backup generator shall be used in the event of primary generator failure exceeding 8 or more consecutive hours. Contractor i s to change over primary to backup generator upon Contracting Officer or Contracting Officer Representatives request. All electrical connections are to be made in the structures interior, where possible. Power cables are to be buried, as needed, under roads, access ways or as designated by the contracting officer. Electrical generation and all electrical components sha ll meet applicable requirements of the National Electrical Code (NEC) for temporary out of the doors, wet and windy locations. All electrical power beneration and any distribution equipment systems shall be grounded according to NEC requirements. To redu ce downtime and outages, twist lock connections are required of all 120v AC electrical wiring and components. Electricians must hav e a minimum of 5 years verifiable experience in Commercial and Residential electrical work. A Certificate of Journeyman Status from a registered Labor Union will suffice as evidence of experience. Maintenance Contractor shall have a designated point of contact available 24 hours a day, everyday, for duration of contract. Contractor will be required to respond on site, in person, within 4 hours to an emergency repair called from the COR. Submit proposed design ated point of contact information as an attachment along with this solicitation. Regular scheduled monthly maintenance and inspections shall be performed on all structures. Each monthly maintenance visit will be scheduled and approved by the Contracting Officer/COR. Each scheduled trip will include inspection of the following at a mi nimum: Inspecting and or testing weatherproofing, stakes, fasteners, flooring, lighting and generation system and Astroturf. During the trip all structures fabrics shall be inspected, holes will be patched and/or fabric panels replaced as needed. Light b ulbs/fixtures shall be replaced as needed. Exit lamps shall be repaired/replaced as needed. Contractors designated point of contact shall be onsite and available to the contracting officer during normal work/duty hours, everyday during the scheduled main tenance period and shall be coordinated with the COR. Regular, scheduled monthly maintenance shall be performed on all diesel generators. Diesel Mechanics must have a minimum of 5 years verifiable experience in Diesel repair and service. A Certificate of Journeyman status from a registered Labor Union will su ffice as evidence of experience. Diesel generator service technician is to perform all inspections and maintenance procedures. Each scheduled trip will include inspection of the following at a minimum: Inspection of cooling system fan, fan blades, and re mote cooling fan motor (if so equipped). Inspection of all cooling system hoses, and adjustment of hose clamps if necessary. Check shut down functions, including emergency stop for proper operation. Start and run generator set to verify proper operation of unit. Inspect generator for oil, fuel and coolant leaks. Check batteries for water level, level of charge and corrosion on terminals. Check all bulbs in controller for proper operation. Perform regular oil, oil filter, fuel filter and air filter ch anges according to generator manufacturers recommendations. At completion of monthly maintenance/inspection, contractor shall provide completed maintenance record and then submit to the COR. Contractor is responsible for the collection and removal of any contractor created waste, rubbish or debris. Contractor is to submit hazardous waste and waste removal plan as an attachment to this solicitation.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01240879-W 20070302/070228221125 (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.