Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

83 -- Class B Shelters

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L07T0135
 
Response Due
9/20/2007
 
Archive Date
11/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (B.) This Solicitation W9124L-07-T-0135 is a Request for Quote (RFQ) for Class B Vinyl Shelters in accordance with the Governments requirement as specified in the Shelter Configuration below. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: " Company Name/Address: " DUNS #: " Cage Code: " Federal Tax ID: " Business Size: " Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) " Delivery Date: days After Receipt of Order (ARO) " Point of Contact: " POC Phone/Fax/E-mail: " Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE BY GOVERNMENT PURCHASE CARD (VISA). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. QUOTE SHOULD REFLECT FOB: DESTINATION Contact Kena Herring by phone/fax/email if you have any questions/concerns. Phone: 580-442-3906/fax: 580-442-8014/email: kena.herring@us.army.mil (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-19, Effective 17 August 2007. (E.) Notice of Total Small Business Set-Aside. Offers/bids are solicited from small business concerns. Offers/bids received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 332 311, Sic Code is 3448 and size standard is 500. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) The following items are to be delivered and installed on-site at Fort Sill, Oklahoma at the Mow Way Forward Operating Base (FOB). The installation shall be complete eight (8) weeks after receipt of order. Please provide quote in spaces provided bel ow: CLIN 0001: Fabric Shelters for the Mow Way FOB; unit price _______________ x 4 each = extended price ______________ CLIN 0002: Contract Manpower Reporting; unit price _______________ x 1 each = extended price ______________ SHELTER CONFIGURATION: The 4 Class B Shelters shall be configured as follows: **4 each Vinyl Shelter, 40' Wide X 60' Long X 22' Center Height X 16' Side wall, 22-24oz Flame Retardant Fabric is SAND TAN, fabric terminates at the ground level on each side, all weld joints are treated with 97% *Zinc Cold Gal to retard rusting, designed for 85 MPH Wind & 20 PSF Snow Loads, Base Beams are provided to assist anchoring to concrete or asphalt surface, 8 Year Fabric Warranty, Class B. **8 each End Panels for 4 shelters, Two ends per shelter, Access Vinyl End Panel2, with 8 each 14' Wide X 14'High electric winch operated Fabric door, This consists of track, electric winch, trolleys, pulleys, cable, etc., One on each end. **8 each 3' x7' Alum man Door on the forward end. (& manual handle if electrical fails) One on each end. **8 each Optional Side Man Doors, two per shelter, 3' x7' Alum man Door for entrance into the 60' side of the shelter (one door installed on each side after fabric has been installed). **4 each Lighting Package for 40 x 60 x 22shelter, one per shelter, two lights per switch ( Lights are rigged to adapt to a inside liner if chosen at a later date), Ceiling light banks to deliver a minimum of 50 foot candles at 8 feet above the ground level using the 6 400 Watt Metal Halide Lights with Vertical Base Up Hi Bay Hook hangar fixtures & 1-225 amp water tight breaker panel and hardware in the package (all installation of the lights, wiring, fasteners, hangers breakers is the responsibility of the vendor and wiring into the breaker panel, is the responsibility of Ft Sill Publics Works Dept and Ft Sill D PW is responsible for all the main electrical power). **4 each Electrical Outlet Sets, ( Outlets are rigged to adapt to a inside liner if chosen at a later date) which consists of 6-110 volt Electrical outlets 20 Amp Breaker and additional wiring Outlets to be located @3' high on each truss, one outlet on each side of the shelter ( 3 on each side) and 2 -220 Volt Electrical outlets 30 Amp Breaker and additional wiring Outlets to be located @3' high on the center truss one outlet on each side of the shelter ( one on each side). **4 each Air Conditioning Units ( with 36 KW Heating Unit), one per shelter, 10 Ton Air conditioning unit 240,000 BTU ETL listed 10,000 CFM air flow 60% RH Auto restart Min/ Max Voltage 460 V 3 PZ , 60-110 degree F / 50% RH with cam lock plug ins, with appropriate duct work, min 150 Amp Circuit breaker, Max 200 Amp with heat, Dimensions 72 in x 84 in x 51 in. **4 each Lightning Protection Kits, one per shelter, Lightning protection Kits with 300' area diameter protection sensors with 4- ground rods and all the materials necessary to install each kits. (G.) To view/download a complete copy of the Request for Quote (RFQ) please view the DOC Homepage website, http://sill-www.army.mil/doc/ . For further information email kena.herring@us.army.mil . (H.) The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1, Instruction to Offeror(s) -- Commercial items, and FAR 52.212-4 Contract Terms and Condition s  Commerical Items (I.) The following provisions and clauses apply to this acquisition and are incorporated by Full Text: FAR 52.211-6 -- (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and le vel of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.(b) To be considered for award, offers of equal products, includin g equal products of the brand name manufacturer, must--(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by--(i) Brand name, if any; and (ii) Make or model number;(3) Inc lude descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a produc t to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the off er and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered i s an equal product, the offeror shall provide the brand name product referenced in the solicitation.; FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items must be included with offer. Offeror shall provide DUNS number, CAGE COD E number, and TAX-ID number as specified in 252.204-7004 Alternate A, Required Central Contractor Registration. (J.) The following clauses in FAR 52.212-5  Contract Terms and Conditions Required to Implement Statutes or Executive Orders are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26 , 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-36, 52.222-41, 52.222-42, and 52.222-44. (K.) The following clauses are in incorporated with websites: FAR 52.252-1 Solicitation Provisions Incorporated by Re ference and FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. (L.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisiti on: 52,203-3, 252.225-7001, 252.225-7012, 252.243-7002, 252.247-7023. (M.) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1.) APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (app roximately ? mile). Entrance to Apache Gate is on the left (south). 2.) PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and re gulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 3.) FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 4.) APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 1.) Wage Determination No Date 2005-2525 (Rev 4) 06/15/2007 5.) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Imp lement Statutes or Executive Orders  Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS MONETARY WAGE-FRINGE BENEFITS* Laborer $11.62  36.45% 6.) ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: l. https://cmra.army.mil/ . The required information includes: (1) Contracting Offic e, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, i dentity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractor s): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organiza tional title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contr actor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized no menclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of perform ance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML dir ect transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 7.) CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 8.) INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: ( See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required o n the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles u sed in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYE R'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfact ory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. 9.) PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contra cting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificat e of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days p rior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. 10.) CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by th e Government. 11.) PAYMENTS The Government will process payments for supplies/services rendered under this contract through the Government-wide Commercial Purchase Card (GPC). The Contractor shall furnish the Government a credit card receipt of the transaction within 2 4 hours after shipping the supplies or performance of service (see block 9 of the SF1449 or block 6 of the DD1155 for the mailing address. The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313 The purchase card to be used is : GSA Smart Pay Purchase Card (GPC) 12.) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THEFOLLOWING FORMAT: 1. NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER.(MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. 13.) EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). 14.) SITE VISIT ARRANGEMENTS A site visit has been arranged for anyone wishing to inspect the site where these services are to be performed. The site visit will be on Friday, September 14 at 9:00 a.m. local time. Anyone wishing to visit the site should do so at this time. Those pe rsons interested in attending the site should be at Directorate of Contracting, Bldg. 1803, Fort Sill, OK no later than 8:45 a.m. local time. Due to the limited space available, each concern should limit the number of their representatives attending to 2 persons. Electronic or telephonic notification of attendance must be received by the Contract Specialist no later than 2:00 p.m. on Thursday, September 13. Point of contact is Kena Herring , at telephone number (580) 442-3906 or e-mail at kena.herring@us .army.mil . 15.) CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 16.) CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Kena Herring at email kena.herring@us.army.mil and Shari Greggs at email shari.greggs@us.army.mil . Clarifications and/or questions are due by 12:00 p.m. on Monday, September 17, 20 07. Sufficient time should be allowed for a reply to reach offerors before submission of their offers. No phone calls, email only. Oral explanations will not be binding. 17.) COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 18.) INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanti cipated event interrupts normal Government processes so that quotes cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitatio n, the time for receipt is 4:00 p.m., local time for the designed Government office. 19.) NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part y. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 20.) REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to insta llation/facility and conduct of operations shall be observed by the Contractor and his employees. 21.) Work Force: The successful bidder shall not hire persons not legally residing in the United States of America.
 
Place of Performance
Address: Directorate of Plans, Training, & Mobilization BLDG 2583 Currie Road Fort Sill OK
Zip Code: 73503-5100
Country: US
 
Record
SN01402685-W 20070913/070911221713 (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.