Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

54 -- Portable Modular Transit Units

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-08-T-0105
 
Response Due
8/29/2008 12:00:00 PM
 
Point of Contact
Dawn M Ewan, Phone: 309-794-5828, Bradley J. Johnson,, Phone: 3097945488
 
E-Mail Address
dawn.m.ewan@usace.army.mil, bradley.j.johnson@usace.army.mil
 
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. Solicitation Number W912EK-08-T-0105 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS Code for this procurement is 321992 (SIC 2499) with number of employees not exceeding 500. The U.S. Army Corps of Engineers (USACE), Rock Island, Illinois has a requirement for four Portable Modular Buildings. This procurement shall be quoted as follows: Line Item 0001 Supplies/Services: Furnish and Deliver Portable Modular Drivers Unit, Quantity: 1, Unit: Each, Unit Price: $ ________, Total Price $ ______________. Line Item 0002 Supplies/Services: Furnish and Deliver Portable Modular Restroom Unit, Quantity: 1, Unit: Each, Unit Price: $ ________, Total Price $ ______________. Line Item 0003 Supplies/Services: Furnish and Deliver Portable Modular Passenger Unit, Quantity: 1, Unit: Each, Unit Price: $ ________, Total Price $ ______________. Line Item 0004 Supplies/Services: Furnish and Deliver Portable Modular Office Unit, Quantity: 1, Unit: Each, Unit Price: $ ________, Total Price $ ______________. 0001 PORTABLE BUILDINGS. General. The portable units to be supplied under this contract shall be new units specifically designed in accordance with the attached sketches and built for use in a Thermal Zone 3 area. Insulation and vapor barrier shall be installed at the factory. The units may be previously manufactured units currently in storage and unused, newly constructed units, or a combination thereof. All units shall have vinyl flooring and vinyl coated gypsum board walls. CLIN 0001 Drivers Unit shall be a single wet unit measuring 11.5 feet to 12 feet wide by 42 feet to a maximum of 48 feet long (nominal measurements, some minor variation authorized, subject to length restriction noted on sketch). The structure shall contain one office approximately 12 X 12 feet, a common area and one unisex restroom with janitor closet. Sketch #1 (*) shows the typical unit type desired. CLIN 0002 Restroom Unit shall be a single wet unit measuring 11.5 feet to 12 feet wide and 42 feet to a maximum of 48 feet long (nominal measurements, some variation authorized, subject to length restriction noted on sketch), configured with separate men's and women's restrooms. Sketch #2 shows the typical unit type desired. CLIN 0003 Passenger Unit shall be a "double" dry unit. Each of the units making up this building shall measure 11.5 to 12 feet wide and 48 to 56 feet long (nominal measurements, some minor variation authorized) capable of being joined together to form one contiguous structure. The units shall be provided as matched pairs of manufactured trailers and shall have permanent markings clearly identifying the trailers that make up a matched pair. The structure shall contain two offices approximately 12 by 12 feet, with security pass-thru windows. Sketch #3 shows the typical unit type desired. CLIN 0004 Office Unit shall be a "double" wet unit. Each of the units making up this building shall measure 11.5 to 12 feet wide and 56 to 60 feet long (nominal measurements, some minor variation authorized) capable of being joined together to form one contiguous structure. The units shall be provided as matched pairs of manufactured trailers and shall have permanent markings clearly identifying the trailers that make up a matched pair. The entire structure shall encompass an area of approximately 1,500 square feet (some variation authorized) and contain four (4) offices of approximately 12 X 12 feet, two (2) Restrooms, and one (1) closet. Sketch #4 shows the typical unit type desired. Quantity to be Delivered. The Contractor shall deliver two (2) double portable buildings and two (2) single portable buildings. Delivery Location. The portable modular units to be supplied under this contract shall be delivered to the Government Staging Area located at the Cedar Rapids Transit Bus Garage, 427 8th Street NW, Cedar Rapids, IA. Schedule. The portable units to be supplied under this contract shall be delivered to the staging area as soon as possible after receipt of Notice to Proceed (NTP), with regularly scheduled shipments arriving at the staging area until all units have been delivered, and all units must be delivered no later than 15 September 2008. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed units as well as the Contractor's plans for delivery meet the requirements of this solicitation: Drawings. Complete drawings, in.pdf format, showing the layout of the building being proposed shall be submitted either on electronic media (disk, memory stick) with your quote, or may be emailed separately to dawn.m.ewan@usace.army.mil. Hard copy drawings shall also be submitted which show overall dimensions of the units, layout of walls, restrooms, offices, locations of doors, and locations of all utility hook ups. Drawings in.dwg format will be required after award. Product Data. The Manufacturer's technical data and catalog cuts describing the required features listed in this solicitation, and the codes with which the units comply. If the manufacturer's data does not specifically address the code requirements and/or features listed, a signed statement from the manufacturer stating that the units comply with the listed codes and the requirements will suffice. The signed statement must specifically mention each code and each required feature by name. Schedule for Delivery. The schedule shall show (in days after NTP) when the first unit(s) will be delivered, how many complete units will be delivered each day, and what day the final complete unit will be delivered. Failure to provide all required submittals may be cause for your quote/offer to be rejected as non-responsive. Code Requirements. The portable units to be supplied under this contract shall comply with the following codes: International Building Code (2003), International Plumbing Code (2006), International Mechanical Code (2003), National Electrical Code (2002), International Energy Conservation Code (2003), NFPA 101(2003), and State of Iowa building codes. Standard Products. Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such products and shall essentially duplicate items that have been in satisfactory use for at least 2 years prior to receipt of quote. Warrantee. The portable units to be supplied under this contract shall include the manufacturer's standard warrantee on materials and workmanship. Repair of Damaged Units. The Contractor shall provide a representative at the staging area to repair units damaged during shipment and replace missing or damaged parts and equipment. The contractor shall have a representative, available within 24 hours of the government's request, to address latent defects found during installation and final inspection. Heating and Cooling. The portable units to be supplied under this contract shall be equipped with heating ventilating and air conditioning (HVAC) equipment capable of maintaining indoor temperature of 70 degrees F (+/- 2 degrees) with outside temperatures ranging from 0 degrees F to 100 degrees F. HVAC units shall be electrically powered and thermostatically controlled. At a minimum, each single unit shall be supplied with one (1) 3 ton air conditioning unit and one (1) 10 kilowatt heating unit and each double unit shall be supplied with two (2) 3 ton air conditioning units and two (2) 10 kilowatt heating units. The air conditioning units may be combined with the heating units. Electrical Requirements. The portable units to be supplied under this contract shall be equipped with minimum 100 Amp single phase 120/240V electrical panels on each module. The office unit, driver's unit and the restroom unit shall have a 110v GFI receptacle mounted on the underside of the building adjacent to the water intake line. Smoke Alarms The portable units shall be furnished with hard wired smoke alarms. The smoke alarms shall be FireX, Item 4618, Model FDAC 120V Direct Wire with Battery Backup or equal. The office unit, drivers unit, and passenger unit shall have one each. The restroom unit shall have 2 smoke detectors, one in each restroom, electronically connected. Doors. The portable units to be supplied under this contract shall be equipped with a minimum of two (2) exterior doors per completed unit which are located remotely from each other. Exterior Doors shall be located in the general area indicated on attached Sketches #1 through #4. All exterior doors and interior doors shall be minimum 3'-0" wide by 6'-8" high and shall open outward. All thresholds shall be ADA compliant. Furnishings. Furnishings unique to each unit are as follows: Drivers Unit - Mirror, grab bars, toilet paper holder, and paper towel holder in restroom, floor sink in janitor's closet, and one Fire Extinguisher, 5 pound 2A10BC. Restroom Unit - Partitions with grab bars, mirrors, and electric hand dryers. Provide two Fire Extinguishers, 5 pound 2A10BC. Passenger Unit - Security Pass-Thru Windows and one Fire Extinguisher, 5 pound 2A10BC. Office Unit - Mirror, grab bars, toilet paper holder, paper towel dispenser in each bathroom, rod and shelving in closet. One Fire Extinguisher, 5 pound 2A10BC. Water Heater. The restrooms shall be equipped with an electric water heater. The capacity of the water heater shall be a minimum of six (6) gallons; or may be of the "instantaneous" type. Fire Rating: All buildings must be rated for 1 hour fire resistance. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the best value to the Government considering delivery schedule, price, and suitability on units offered. These factors are in descending order of importance, and earliest delivery is the most critical factor. The Government may make multiple awards under this solicitation. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed delivery schedule and pricing in their initial offer. The Clause 52.212-2, Evaluation-Commercial Items applies to this acquisition. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine product quality; as well as sufficient past performance information for the Government to evaluate their past performance. Quotes/Offers may be submitted electronically via email, providing that they are complete and provide all required information. You will be evaluated only on the information you provide at the time the response is due, and not on any information submitted as "hard copy to follow" or the like. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer.. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev) and the following clauses cited within that clause: FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following Clauses are also applicable to this acquisition: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items. See Clause 252.204-7004 ALT. If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 29 August 2008 not later than 12:00 Noon, CST. at the USACE ROCK ISLAND DISTRICT, POST OFFICE BOX 2004, 1450 ROCK ISLAND DRIVE, ROCK ISLAND, IL 61204-2004, ATTN: DAWN EWAN. For information concerning this solicitation contact Dawn Ewan at 309-794-5828 or email at dawn.m.ewan@usace.army.mil. • SPECIAL NOTES TO BIDDERS • Quotes are due 29 August 2008 by 12:00 Noon, CST, at the District Office, Clock Tower Bldg. To deliver the quote in person enter through the front door of the clock Tower Bldg. • Offerors are cautioned that due to the heightened security measures being taken on Rock Island Arsenal, access for proposal delivery may take significantly more time. Despite this, offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. • Visitor Requirements: Enter through Moline Gate, have valid motor vehicle operator's license, valid photo identification, vehicle registration, proof of liability insurance, and a POC (Rock Island District POC for those delivering proposals is: Contracting Division - telephone 309/794-5613 or 309/794-5828 or 309/794-5628) • Vehicles are subject to search. Foreign nationals must be approved at least two weeks in advance by Rock Island Arsenal Security. Clarification or additional information regarding access to Rock Island Arsenal should be addressed to Rock Island Arsenal Security - telephone 309/782-0596.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=623d4645cee5dff1faf33dbeb38230a5&tab=core&_cview=1)
 
Place of Performance
Address: Cedar Rapids Transit Bus Garage, 427 - 8th Street NW, Cedar Rapids, Iowa, 52405, United States
Zip Code: 52405
 
Record
SN01652439-W 20080829/080827220721-623d4645cee5dff1faf33dbeb38230a5 (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.