Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
MODIFICATION

54 -- Observation Towers

Notice Date
12/6/2007
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-F3G3LB7273A001
 
Response Due
12/12/2007
 
Archive Date
12/27/2007
 
Point of Contact
Sean Blair, Contract Administrator, Phone 702-652-9575, Fax 702-652-9570
 
E-Mail Address
Sean.Blair@Nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
**Please note that this combined synopsis/solicitation has been amended to include answers to contractor questions and extend the due date to allow for proper incorporation of this information into proposals** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This requirement, F3G3LB7273A001, is issued as a Request for Quotation (RFQ). The NAICS code for this acquisition is 332311. This RFQ is being submitted with a 100% small business set-aside (500 employees or less under NAICS Code 332311). This is a solicitation for commercial items. **Please include a shipping quotation on your proposal** **No installation will be required for this project** 0001- Base booth, 8' x 8' with one heavy-duty, top hung, half-glazed sliding door, exterior roof with 3" overhang, clear anodized embossed aluminum exterior finish, clear anodized embossed aluminum interior finish, clear tempered safety glass windows on all sides, fixed and operable. No maintenance treadbrite aluminum floor. Set lifting rings in baseframe, 96"x22" plastic laminate counter w/access cutouts, Sgl ph 100 amp 12 space loadcenter w/main breaker, 115V duplex outlet and one wall mounted light switch, T8 fluorescent light fixture (less lamps), UL label for NEC compliance. 0002- Galvanized steel tower components designed and fabricated in accordance with IBC2003, tower to be 8' x 8' x 20' top of deck with galvanized bar grating deck and caged ladder access. 0003- Thru-the-wall HVAC 11,600C/11,600H BTU 230V w/factory framed wall cutout 0004- Exterior Floodlights 0005- Shipping Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit designs or product literature with quote. Award Basis: Lowest price technically acceptable. Award will be made to the offeror that submits the lowest price while meeting minimum government needs. PLEASE NOTE THAT ANY QUOTATIONS PROVIDED WITHOUT ADEQUATE DRAWINGS/LITERATURE FOR THE GOVERNMENT TO REASONABLY EVALUATE THE OFFER WILL BE ELIMINATED FROM COMPETITION. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. **CONTRACTOR QUESTIONS** 1) Is the tower base (at an erection location) to be of mass concrete or otherwise as we can also supply a wide steel base as an alternative which makes for ease of relocation ANSWER: A WIDE STEEL BASE WOULD BE PREFFERED FOR RELOCATION PURPOSES. HOWEVER, THE BASE MUST BE LARGE ENOUGH TO SUSTAIN UP TO 70 MPH WINDS AS OUR RANGE HAS PERIODS OF EXTREME WINDS. 2) Why do you want embossed aluminum sheet on the inside and the outside of the booth walls and on the floor? We normally use steel sheet for the walls and steel checker plate for the floor. ANSWER: STEEL OR ALUMINUM WILL BE ACCEPTABLE. 3) Can we offer an alternative for the booth and tower sizes so that they can fit into a standard ISO shipping container? This makes for a very significant difference in the shipping costs. ANSWER: IF THE BOOTH SIZES ARE RELATIVELY THE SAME SIZE AND THE TOWER IS STILL AROUND 20' THERE SHOULDN'T BE AN ISSUE. 4) There is no reference to insulation of the roof or the walls of the booth and we want to clarify this. ANSWER: INSULATION WILL BE ACCEPTED BUT PLEASE BEAR IN MIND THIS IS A LOWEST PRICED TECHNICALLY ACCEPTABLE PROJECT 5) Is this a Single Phase 100 Amp load center with 12 circuit breaker spaces and a main breaker? ANSWER: THIS CONFIGURATION IS ACCEPTABLE. - Is the electricity supply for the HVAC unit to be 230 Volt single phase 60 CPS? ANSWER: YES - The grating deck mentioned is to be alongside the door only or all the way around the booth? ANSWER: GRATING DECK SHOULD BE ALL THE WAY AROUND THE BOOTH IF THIS DOES NOT OVERLY INCREASE COSTS. Please e-mail your quotes to sean.blair@nellis.af.mil. Please contact Lt Sean Blair with any questions/concerns at 702-652-9575. Quotes are due on or before 4:30pm 7 Dec 07, Pacific Standard Time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/99CONS/Reference-Number-F3G3LB7273A001/listing.html)
 
Place of Performance
Address: C Street Building 143 Creech Air Force Base, NV
Zip Code: 89018
Country: UNITED STATES
 
Record
SN01465594-F 20071208/071206232713 (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.