Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

69 -- Concrete Buildings for Fort Bragg, NC

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0150
 
Response Due
3/10/2009
 
Archive Date
5/9/2009
 
Point of Contact
Heather Clifton, 910-907-4748<br />
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This Solicitation document W91247-09-T-0150 is issued as a Request for Quote (RFQ) to supply and erect four SACON Live-Fire Training Buildings on Range 79, Fort Bragg, North Carolina. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-24, effective March 31, 2008. (iv) Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will be rejected. The associated NAICS code is 327390, SIC code 1771 and size standard is 500 employees. This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (v) This requirement is to supply and erect four buildings. All panels supplied under this quotation shall be 90lb/cu-ft SACON bullet absorbing concrete which is particularly designed for use with 5.56 mm rounds. All panels shall be 8ft tall, 46in wide, and 24in thick. The four buildings will require 193 panels. All panels shall be constructed, cured, delivered and unloaded by the successful quoter. Plain, window openings, doorways, ends and corners will be necessary to erect the buildings. All materials needed to support/connect the corners will be provided by the successful quoter. The Government will not provide equipment or personnel support for unloading. The four buildings shall be erected at a pre-determined site at Range 79. The Government personnel at Range 79 will prepare the layout of sites prior to erection of the SACON buildings. Please provide quotes in the spaces provided below and return this Combined Synopsis/Solicitation in accordance with paragraph (xi): CLIN 0001 SACON Residence with Courtyard. The five room building shall have a courtyard and street entrance with double doors. A layout with a large entrance room and four rooms off each side will allow the maximum training challenges. Approximately two windows are required on back exterior wall and two on the interior wall of the courtyard. There shall be five regular door openings on the interior and one double door opening on the outside of the courtyard. The size of the courtyard shall be 14m x 14.5m and the interior rooms shall range between 2.6m x 5.2m up to 4.1m x 5.2m. Total of 96 panels required for this building. Quantity 1 x _______ unit price = _______extended price. CLIN 0002 SACON Three Room Building. This building shall have three rooms and a layout that allows trainees target locations for drive-by training. There shall be approximately three windows on the exterior walls and one exterior door. The overall dimensions of this building are 9.1m long and 7.1m wide. The two interior rooms shall be 4.1m x 3.2m and 3.2m x 3.2m. Total of 43 panels are required for this building. Quantity 1 x __________ unit price = ____________ extended price. CLIN 0003 SACON Two Room Building. This building shall have two rooms with a door in front and two windows on the side exterior walls. The overall dimensions of this building are 5.3m x 8.5m. Total of 32 panels are required for this building. Quantity 1 x _________ unit price = ____________ extended price. CLIN 0004 SACON One Room Building. This building shall be a one room building with a door and window. The overall dimensions shall be 5.3m x 6.5m. Total of 22 panels are required for this building. Quantity 1 x ________ unit price = ________ extended price. (vi) The requirement shall be Firm Fixed Price. (vii) Delivery: 120 days after contract award is issued. (viii) The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). Addendum to 52.212-1. Quoters shall provide quotes in the spaces allowed on this Combined Synopsis/Solicitation. Quotations shall include unit price and extended prices. In case of variation between the unit price and the extension, the unit price will be considered to be the quote. 52.212-2, Evaluation Commercial Items. The Government will evaluate quotes in response to this request and award a purchase order/contract to the responsible quoter whose quote conforming to this request, will be most advantageous to the Government considering price, delivery (meet the 120 day requirement), and quality (meet or exceed the specifications required). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Quoters are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial items as part of their quotation. DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. a. Applicable clauses under FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitation on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. b. Applicable clauses under DFARS 252.212-7001: 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7021 Trade Agreements, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. (x) APPLICABE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 7) dated 5/29/2008. A copy of this Wage Determination can be found at http://www.wdol.gov. (xi) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, 23470, Laborer, Wage Grade 2, Step 1 $11.39. (xii) Submission of quotations shall be forwarded by March 10, 2009, 12:00 PM local time using either facsimile at (910) 396-7872 or e-mail at heather.clifton@us.army.mil. A formatted copy of this Combined Synopsis/Solicitation is available upon request, please submit request to the e-mail address provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7f751562a8957e37f451e93658301514&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command (MICC) Center, Fort Bragg MICC Center - Fort Bragg, ATTN: SFCA-SR-BR, Building 2-1105, Macomb Street Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01758906-W 20090301/090227220458-7f751562a8957e37f451e93658301514 (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.