Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

56 -- Apply Army Approved External Foam Tent Insulation

Notice Date
1/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L09T0016
 
Response Due
2/16/2009
 
Archive Date
4/17/2009
 
Point of Contact
KAREN WARNER, 580-442-4315<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 Solicitation W9124L-09-T-0016 is a Request for Quote (RFQ) for Insulation for 33 General Purpose (GP) tents and to construct and insulate 2 interior vestibules for each tent, insulate 3 Class B Shelter Tents and insulate 76 existing vestibules with doors, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29, effective 19 Jan 2009 and FAC 2005-30 effective 15 Jan 2009. The North American Industrial Classification System (NAICS) number is 238310 and the business size standard is 14 Million. This proposed acquisition is reserved for 100% Small Business. All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at Https://www.bpn.gov/CCR/scripts/index.html. The following tasks are to be performed on-site at Fort Sill, Oklahoma, the Contingency Operation Location (COL) Mow-Way. Please provide quote in spaces provided below:Description: Apply Army Approved External Foam Tent Insulation to include a fresh air ventilation system and construction of vestibules at the front and rear entrances of all tents to temporary structures at COL Mow-Way, Fort Sill, Oklahoma: 0001: 33 GP Medium Tents with 2 vestibules each (front and rear entrances); Approx 1300 sf each: unit price ____________ x _____________Square Feet = extended price ___________.(Unit price breakdown - material Cost:______________; labor cost:________________). 0002: 3 Class B Shelter Tents with removable foamed partitions for 1 door of the garage doors (leaving a 10 foot opening) each; Approx 6500 sf each: unit price ____________ x _____________Square Feet = extended price ___________. (Material cost:_________________; Labor Cost:____________________).0003: Apply foam to 76 existing vestibules with 76 exterior doors: unit price ____________ x _____________ = extended price ___________. (Material cost:_________________; Labor cost:____________________) 0004: Contractor Manpower Report: unit price _______________ x 1 each = extended price ______________ TOTAL of CLIN 0001 thru 0004: ______________________. SCOPE OF WORK: Contractor shall provide all services, materials, supervision, labor and equipment, for the application of a minimum of 2 inches of external foam insulation / acrylic weather coating materials on extremities of temporary structures at Fort Sill, Oklahoma. The project shall include constructing vestibules at the front and rear entrances. No windows will be installed in the tents. The Contractor shall verify structures are adequately prepared for Spray of GACO Western Polyurethane Foam System 193 (A & B) material or EQUAL application. Contractor shall assure safety supplies (i.e. dust masks, gloves) are used by its workers. Contractor shall assure the structure is free from dust or other foreign materials to assure adequate adhesion of the insulation materials to the structure prior to Spray Polyurethane Foam (SPF) application. The medium tents are installed over a frame made of square steel tubing. The 3 class B shelter tents contain 2 garage doors each. One (1) garage door shall be completely foamed in, the other garage door shall be partially foamed leaving a ten (10) foot high opening from the base to allow operation from the inside. The contractor shall construct a removable partition to fit inside the ten (10) foot opening on the garage door. The Contractor shall apply a polyurethane foam insulation and acrylic coating to designated structures. Coatings shall be, at a minimum, in conformance with the following: - The acrylic coatings shall be Army Test and Evaluation Command safety certified. - Apply the foam in accordance with the manufacturers recommendations. - Average foam thickness of 2 inches with a minimum of 1.875 inches and a maximum of 2.125 inches allowing for a deviation of 0.25 inches. - Apply two topcoats of Tan color acrylic elastomeric coating (GACO Western A-32/A-32 R or EQUAL) to provide enhanced protection against environmental conditions. Indoor Air Quality: Minimum Ventilation Requirements: The Contractor shall design and install a fresh air ventilation system for each medium tent that shall comply with the American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE) standards for acceptable indoor air quality (IAQ). The air quality inside the sleep tents shall meet the minimum outdoor ventilation rate for barracks sleeping areas for medium model general purpose tents for no less than 12 occupants. Government Toxicity Clearance (GTC): Detailed descriptions of the materials proposed must be submitted for analysis with the objective of obtaining a GTC for the safety of soldiers. Offerors shall submit this documentation when proposals are submitted. No award will be made until a GTC has been issued. Interior Vestibule Construction Specifications (2 ea. per tent): 1.Dimensions: 4ft deep X 52 inches wide (2 X 4 construction) and shall follow the natural slope of the tent. 2.Wood can be 3/4 inch OSB strand 3.48 inch door (2ea.) 4.Foam all vestibules (66 new). Interior Door Construction (2 ea. per tent)1.Door shall be 7ft sloping to the tent ceiling. 2. Dimensions: 4ft deep X 52 inches wide (2 X 4 construction). 3. All wood and plywood shall be 3/4 inch OSB. 4. 48 inch door (1ea.) with pull handle (large enough to allow a gloved hand to use) hung with three (3) brass hinges, and tension spring closer. Exterior Door Construction (2 ea. per tent)1. 2 x 4 Frame construction. 2. All wood and plywood shall be exterior grade. 3. Pull handle with 4 inch x 6 inch clearance and spring to pull close 4. (3) brass hinges, and tension spring closer 5. Foamed. 6. Door shall be even with metal frame and 48 inches wide. Existing Vestibules: 1. Foam 76 previously constructed vestibules and 76 doors. Completion Date/Priority of work: 1. (2) Class B Shelter Tents to be completed ten (10) days after Date of Award (DOA). 2. (33)- GP Medium Tents and vestibule construction to be complete two (2) weeks after the completion of the above Class B Shelters. 3.(76) Existing vestibules with doors to be completed seven (7) days after the completion of the above 33 GP Medium tents. 4.(1) Class B Shelter Tent to be completed five (5) days after the completion of the above 76 existing vestibules. Quote should reflect FOB: Destination Proposals shall be submitted with Specifications of the material that you will be providing. All Proposals shall be clearly marked with RFQ number W9124L-09-T-0016 and emailed to the POC listed below or faxed to 580-442-8014, no later than 4:00 p.m. CST, 16 February 2009. Deadline for technical questions is 4:00 p.m. CST, 9 February 2009. A site visit will be held on 5 February 2009 at 9:00 a.m. CST at the Directorate of Contracting, Building 1803 Macomb Road. All interested contractors are encouraged to attend the site visit. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. 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 Conditions -Commercial Items, FAR 52.247-34, F.O.B. Destination. 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, 52.233-3, and 52.233-4. The following clauses are incorporated with websites: FAR 52.252-1 Solicitation Provisions Incorporated by Reference 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. The following DFARS clauses apply to this acquisition: 252.204-7004 ALT A, Required Central Contractor Registration, 252.211-7003 ALT I, Item Identification and Valuation, 252.232-7010, Levies on Contract Payments, 252.232-7003, Electronic Submission of Payment Request, 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 acquisition: 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023. The following FAR Provisions are applicable to this solicitation: 52.211-6, Brand Name or Equal, and 52.212-3, Offeror Representations and Certifications Commercial Items (June 2008); 52.212-3, must be completed and submitted with the offer, or bidders must have the Online Representation and Certification Application (ORCA) registration fully completed. Offers that fails to furnish required representations or technical information as required for this solicitation, may be excluded from consideration, 52.214-21, Descriptive Literature (Apr 2002), FAR 52.233-2 -- Service of Protest: a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Department of the Army, Mission and Installation Contracting Command, Enterprise and Installation Operations, P.O. Box 33501, Fort Sill, OK 73503-0501. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision). Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: Evaluation And Award The Government will evaluate offers in response to this request and award a purchase order/contract 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). 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 (approximately mile). Entrance to Apache Gate is on the left (south). 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 regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. Fair Labor Standards Act As Amended (Jun 1938) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by Fair Labor Standards Act of 1938 as amended or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. 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.) Wage Determination No: 05-2525 Rev 7, Date: 06/18/08. 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 Implement 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: Laborer: MONETARY WAGE-FRINGE BENEFITS* $11.62 36.25%. 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: https://cmra.army.mil/. 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. 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. B. Automobile Liability Insurance. C. Worker's Compensation And Employer's Liability Insurance. 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 Contracting 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 Certificate 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 prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. 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 the Government. Exemption From The Clause Entitled Electronic Submission Of Payment Requests: The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. Payments: In accordance with FAR Clause 52.232-36 Payment by Third Party, incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month in the format described below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. 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). Submission Format For Invoices: Vendors/Contractors Must Submit Their Invoices In The Following Format: 1. Name & Address. 2. Contract/Purchase Order Number. 3. Description, price, and quantity of property or services actually provided. 4. Shipping & Payment Terms. 5. Complete Mailing Address. 6. Telephone Number & 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. Identification Of Contractor Employees And Vehicles. Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. Conduct Of Employees: The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 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 Karen Warner at email: karen.l.warner@us.army.mil and Shari Greggs at email: shari.greggs@us.army.mil. Clarifications and/or questions are due 4:00 p.m. CST, 9 February 2009. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. 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. Interruption Of Government Processes: If an emergency or unanticipated event interrupts normal Government processes so that quotations 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 solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 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 party. 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. Point Of Contact: The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. 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 installation/facility and conduct of operations shall be observed by the Contractor and his employees. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. AMC Agency Level Protest Procedures: If you have complaints about this procurement, it is preferable that you first attempt to resolve those conches with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their conches within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875, Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command Counsel, Room 2-1 SE3401, 1412 Jackson Loop, Ft. Belvoir, VA 22060-5527. The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7f2d7ea3e3c1d645787d372ff80af2e9&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK<br />
Zip Code: 73503-0501<br />
 
Record
SN01741202-W 20090201/090130215938-7f2d7ea3e3c1d645787d372ff80af2e9 (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.