Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

23 -- RFQ-Mod Blg

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
VA Medical Ceter;Contracting Officer (RM-90);4801 Veterans DR;St. Cloud MN 56303-2099
 
ZIP Code
56303-2099
 
Solicitation Number
VA-263-07-RQ-0083
 
Response Due
8/9/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Veteran-Owned 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. This solicitation is a request for quotes and references the following solicitation number: VA-263-07-RQ-0083. The Government intends to award a firm, fixed price lease for a modular building to be located at our facility, the St. Cloud VA Medical Center, 4801 Veterans Drive, St. Cloud Minnesota 56303-2099. Only new buildings are acceptable. The unit is to be turn key i.e. other than the external single point connections for electric, water, sewer and the installation of wiring for the fire, phone and data systems, the unit is to be turn key. The proposal is to include the construction, delivery and setup of a modular office facility at the St. Cloud VA Medical Center's designated site following the general attached 56' x 76' floor plan. The setup includes, but is not limited to blocking and anchorage according to engineered specifications, removal of axels and wheels if necessary, internal hookups including electrical, water and sewer between modules, balancing of the HVAC system and all finishes including ceilings, walls, carpets, and skirting with access panels to be done by the contractor. The footings and connecting corridor are to be provided by owner with the building support load calculations and the requirements for electric, water, and sewer to be provided at time of acceptance of final floor plan. The pricing is to include purchase and lease options and should include all applicable pricing breakdowns for freight, installation etc. In accordance with Public Law 109, this solicitation is 100% set-aside for Veteran Owned Small Businesses. The technical specifications for this requirement are provided in Attachment B to this combined synopsis/solicitation. The offeror must include warranty information and estimated number of days to delivery. Modular building is to be delivered to the St. Cloud MN VA Medical Center, 4801 Veterans Drive, St. Cloud Minnesota 56303-2099. EVALUATION & AWARD: Award will be made based on best value to the Government considering: technical specifications (including delivery timeframes) past performance, and price. Note that the VA is requesting delivery to our facility no later than 12 weeks after award of contract/purchase order and if you cannot meet or exceed that timeframe, notate that on your offer. If you can provide delivery prior to 12 weeks, please notate that in your offer as well. Offerors to provide at least three references/past performance information whereby your firm has provided this type of 'turn key' modular building. Include VA/Federal Government references if possible. Non price related factors, technical & past performance when combined, are approximately equal to importance when compared to price. All evaluation factors other than cost or price, when combined are approximately equal to cost or price. This procurement is being conducted under FAR Subpart 13.5 Test Program; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12 -Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued but refer to Request for Quotation No. VA -263-07-RQ-0083. NAICS Code is 321991, with a size standard of 500 employees. Award will be firm fixed price, with payment in arrears on certified invoice. If the labor required for the setup/installation exceeds $2000.00, the attached prevailing wage (Davis Bacon) rate will apply (Attachment C) and copies of daily logs and certified payrolls will need to be submitted. The following incorporated clauses and provisions are those in effect through FAC 2005-17 and are applicable to this acquisition; Offerors must include a completed copy of the provision at 52.213-3 Offeror Representations and Certifications- Commercial Items, with his/her offer. The provision at FAR 52.212-2, Evaluation of Commercial Items applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance and (iii) price. All evaluation factors other than cost or price, when combined are approximately equal to cost or price. Offerors that fail to respond to past performance information will not be considered. The product quoted/supplied at a minimum must meet or exceed the technical specifications. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote or (2) complete the online Reps and Certs application (ORCA) at http://www.bpn.gov and referenced in your quote. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities & Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&mm/vaar/ FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-4 Contract Terms & Conditions-Commercial Items; FAR 52.212-5 Contract Terms & Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-6-Commercial Advertising; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure. Original proposals to be submitted to: Melanie Stockman, Contracting Officer (RM-90C), VA Medical Center, Building 4, Room 229, 4801 Veterans Drive, St. Cloud Minnesota 56303-2099. Telephone: 320-255-6309. Email: Melanie.stockman@med.va.gov . Responses to this solicitation must be received in this office no later than August 9, 2007 @ 4PM CST. Telephone responses are not accepted. FAX number is: 320-255-6341. Faxed proposals will be accepted followed by original hard copy proposals by overnight express (FedEx or equivalent) to arrive the next business day. Award is subject to the availability of funds. Attachment A Part I-The Schedule Supplies and Prices/Cost 1. Lease rates (to be all inclusive of construction, installation and set up): Quantity Unit Unit Price Total Price One year lease 12 Month $_______ $_________ Two year lease 24 Month $_______ $_________ Three year lease 36 Month $________ $_________ Four year lease 48 Month $________ $_________ Five year lease 60 Month $_________ $_________ 2. Purchase price: $______________ (all inclusive) 3. Freight/Delivery Fee: $______________ Attachment B Specifications for Modular Building St. Cloud VA Medical Center The specifications of this facility are to include: . All construction is to follow NFPA Life Safety Code . R-19 exterior wall construction . R-30 minimum roof construction . All offices must maintain 8' clearance while maintaining 5' clearance in hallway . Solid core 1 ?" 20 min. rated wood interior doors . Two fire rated steel exit doors with exit hardware and window panels. (One fire rated door to exit to 2-hour fire rated corridor) . Gypsum covered interior wall, all to extend from floor to roof deck for privacy and fire rating at corridors . Stucco style finished exterior walls and skirting (perimeter skirting approximately 40" tall to be installed by contractor). . Mansard and exterior window trim detail. (Minimize Mansard design as to not eliminate valuable floor space). . Hardware to be provided with construction cores and be able to accept the following lock cylinders: Best Lock Corp. with 7-pin core TB- keyway . Extra ?" conduit and J boxes installed with pull string for owner installed fire alarm system. . All electrical to be in conduit (no MC cable or slip joints accepted) . Two flush mount installed fire extinguisher cabinets . Self contained HVAC system properly rated for zone of installation with manual changeover heat and cool T-stat. . All exterior offices are to have at least one window with blinds . Phone and data cabinet installed in ADP closet . Pathway for phone/data installed with ?" conduit and blank covers to each office . Load center installed by contractor for modular drop connections by owner. (Load requirements to be provided to owner.) . Lights are to have electronic ballasts and t-8 bulbs . Include Exterior and Egress exit/emergency lights with battery pack and remote head (installed by contractor). . Two accessible restrooms to include installed water closets, sinks, grab bars, toilet paper holders, mirrors and exhaust fans. . Break room is to include installed sink and 8 LF base and 8 LF wall cabinets . HAC (Housekeeping Aid Closet) to include installed mop sink . Reception area to include 12 LF reception counter . All chassis will be built by the modular manufacturer to ensure the quality of the structure. No outsourcing of this work will be accepted. . Two (2) year warranty from the modular building manufacturer. No exceptions will be allowed. . The floor insulation shall be R-19 fiberglass Kraft faced batt with FS-25 class A polymax type FW bottom board. Simplex paper is not acceptable and the bottom board must be class A. . Rafters must be solid 2x10 solid rafters to allow for 18" space between the suspended ceiling and rafter for mechanical work and lighting. . Steel I-Beam is to be used for the mate beam. No plywood or LAM beam is acceptable. . All structural posts, whether exposed or concealed in the walls, is to be steel tube. No triple 2x4 will be acceptable. . All conduits for the fire alarm system, phone and data are to be installed complete to the phone and data cabinets installed in the ADP closet. . Include a water fountain plumbed & installed Delivery timeframes must be included and will be considered as part of the technical evaluation. Provide complete warranty information. Attachment C Wage Determination GENERAL DECISION: MN20070062 06/29/2007 MN62 Date: June 29, 2007 General Decision Number: MN20070062 06/29/2007 Superseded General Decision Number: MN20030062 State: Minnesota Construction Type: Residential Counties: Anoka, Benton, Carlton, Carver, Cook, Dakota, Hennepin, Koochiching, Lake, Ramsey, Scott, Sherburne, St Louis, Stearns and Washington Counties in Minnesota. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/09/2007 1 02/23/2007 2 05/11/2007 3 05/25/2007 4 06/22/2007 5 06/29/2007 ASBE0034-001 06/01/2007 ANOKA, BENTON, CARVER, DAKOTA, HENNEPIN, RAMSEY, SCOTT, SHERBURNE, STEARNS AND WASHINGTON COUNTIES Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings & finishes to all types of mechanical systems).....$ 36.23 16.32 ---------------------------------------------------------------- ASBE0049-006 06/01/2006 CARLTON, COOK, KOOCHICHING, LAKE AND ST. LOUIS COUNTIES Rates Fringes Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings & finishes to all types of mechanical systems).....$ 31.86 122.35
 
Place of Performance
Address: 4801 Veterans DR;St. Cloud MN 56303-2099
Zip Code: 56303-2099
Country: usa
 
Record
SN01356215-W 20070801/070730220717 (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.