Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

54 -- Pole buildings for McNary Nationa Wlildlife Refuge in Burbank Washington.

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101817Q634
 
Archive Date
8/13/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation from the U.S. Fish and Wildlife Service for 3 Pole Buildings and is 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 are being requested and a written solicitation will not be issued. The solicitation number is 101817Q634 and is issued as a Request for Quotes (RFQ). RFQ 101817Q634 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633.No further notice will be posted on Fedbizopps. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This is a Set Aside for Small Business. The NAICS is 332311. The small business size standard is 500 employees. This RFQ will be awarded upon best value. The statement of work for these services is as follows: GENERAL: The first pole building kit is 40 foot by 100 foot with 7 doors. The second pole building kit is 30 foot by 100 foot with 7 doors. The third pole building kit is 30 foot by 30 foot with 5 doors. Each building is 14 foot in height for the eave (sidewall) with a roof slope of 4/12. Items include in each kit are as follows: roofing, siding and trim, all steel, painted, and 29 gauge. Also included in each kit is roof insulation (Ayr-Foil, A1V), wall insulation, 2 doors that are 3 foot in width, 6 foot 8 inches in height, insulated white/brown steel entry and frame. The 30 x 100 bldg has 5 overhead doors, 10 foot wide and 10 foot tall, Safeway residential steel, insulated. The other two buildings have 7 of overhead doors, 12 foot wide, 12 foot tall, Safeway residential steel, insulated. Each of the 3 buildings has 6, 3 foot wide by 3 foot tall, dual glazed, horizontal sliding, white insulated vinyl windows (opening windows include screens). Each of the buildings has 2 inch by 6 inch, commercial wall girts for insulation 2 foot OC (drywall ready). For each building, plans and calculations are wet-stamped and signed by an engineer registered in the state of Washington and the 40 foot building includes elevation drawings being wet-stamped and signed by an engineer registered in WA. Plans for permit are needed for each building. Overall building height is 20.7 feet for the 40 foot building and 19 feet for the others. Design criteria is as follows: Occupancy Category: IV, Ground Snow Load (pg): 20.00 psf, flat-roof snow load (pf)**: 20.0, Snow exposure factor (Ce): 1.0, Thermal factor (Ct): 1.2, Unheated structure, Basic Wind Speed (3 second gust): 85 mph, wind exposure: C, Allowable foundation pressure: 1,000 psf, Soils: False, Seismic zone: 2B, maximum frost depth (inches) 40. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: FOB destination to McNary National Wildlife Refuge (NWR), 64 Maple Street, Burbank, Washington 99323. The telephone number (509) 545-8588. Delivery date is by September 30, 2007. INSPECTION AND ACCEPTANCE: At McNary NWR and will be subject to observation and inspection by U.S Fish and Wildlife Service personnel. . GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS: None. TECHNICAL COORDINATOR: Sherrie Burns at 509-371-1801 or email at sherrie_burns@fws.gov. Federal Acquisition Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Federal Acquisition Provision 52.212-2, Evaluation-Commercial Items, is included in this solicitation and the evaluation criteria, listed in descending order of importance are 1) Minimum salient features listed, and 2) Cost. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This provision can be obtained from the following web site: http://www.arnet.gov/far/ . Federal Acquisition clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Federal Acquisition Regulation clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and includes applicable clauses under the simplified threshold. This announcement constitutes the only solicitation. Quotes can be emailed to the following: Karl_Lautzenheiser@fws.gov . Written quotes must be received no later than COB August 22, 2007 and can be mailed to U.S. Fish and Wildlife Service, Contracting and General Services, 911 N.E. 11th Avenue, Portland Oregon 97232-4181, Attn: Karl Lautzenheiser, Contracting Officer. Interested contractors must be registered in the CCR.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=365123)
 
Record
SN01372401-W 20070816/070814222006 (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.