Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

54 -- Provide & install 45,000 gallon Glass-coated, bolted-steel water storage tank per specificatons. NOTE: Baked-on epoxy painted or galvanized bolt-together tanks will not be considered.

Notice Date
3/31/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - MORA Mount Rainier NP National Park Service,55210 238th Ave. East Ashford WA 98304
 
ZIP Code
98304
 
Solicitation Number
N9455080042
 
Response Due
4/28/2008
 
Archive Date
3/31/2009
 
Point of Contact
JoAnn J. Palmer Contracting Officer 36056922113336 joann_palmer@nps.gov;
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-11 of July 28, 2006. PROJECT TITLE: SUNRISE WATER STORAGE TANK. The solicitation/Request for Proposal (RFP) number is N9455080042. The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 237110 and the size standard is average net income of $31 million annually for the past 3 years. The National Park Service requires a firm, fixed price. Delivery schedule is ESTIMATED TO BE SEPTEMBER 1, 2008, through October 15, 2008. Estimated cost of supply range is between $50,000 and $250,000. The following FAR provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial Items; 52.212-3, Offer Representations and Certifications-Commercial Items (to be completed and provided with quotation); 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (applicable are: (5)(i)-52.219-6; (16)-52.222-26; (17)-52.222-35; (18)-52.222-36; (19)-52.222-37; (21)-52.225-1; and (29)-52.232-33); 52.204-7, Central Contractor Registration . Full text versions of all FAR references and clauses are available at http://www.acquisition.gov/far. The tank builder is required to furnish, for the approval of the Engineer and at no increase in contract price, six (6) sets of complete submittals and construction drawings for all work. A set of structural calculations shall be provided for the tank structure. All such submissions shall be stamped by a Licensed Professional Engineer licensed in the state of Washington, as well as by a Licensed Professional Engineer or Structural Engineer employed on the tank manufacturer's engineering staff. Where the tank manufacturers P.E. is licensed in the state of Washington, only one stamp is required. The factory coated, glass-fused-to-steel, bolt together tank shall have a nominal diameter of 28 feet, with a nominal sidewall height (to roof eave) of 10 feet. The tank exterior color shall be tan; the interior shall be white. The tank shall include a radially sectioned roof fabricated from glass- coated, bolted steel panels, as produced by the tank manufacturer, and shall be assembled in a similar manner as the sidewall panels utilizing the same sealant and bolting techniques, so as to assure a weather/air tight assembly. The roof shall be clear-span and self-supporting. Both live and dead loads shall be carried by the tank walls. The roof shall be of a rolled knuckle design, with no rolled angle connection between sidewall and roof panels. The manufacturer shall furnish a roof opening which shall be placed near the outside tank ladder and which shall be provided with a hinged cover and a hasp for locking. The opening shall have a clear dimension of at least twenty-four (24") inches in one direction and fifteen (15) inches in the other direction. The opening shall have a curb at least four (4") inches in height, and the cover shall have a downward overlap of at least two (2") inches, or a gasketed weather-tight cover in lieu of the four (4") inch curb and two (2") inch overlap. See attached specifications for complete information on this requirement. Solicitation # N9455080042 will be available for download at http://ideasec.nbc.gov on or about March 31, 2008. Price proposal is due by close of business April 28, 2008. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-APR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N9455080042/listing.html)
 
Place of Performance
Address: Mount Rainier National Park, Sunrise location. Site is accessible by road and located approx. 50 miles east of Enumclaw, Washington via SR 410 and the White River/Sunrise Road.
Zip Code: 983049751
Country: USA
 
Record
SN01546348-F 20080404/080403042654 (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.