Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

54 -- Surrogate Training Village for Military Working Dogs

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
9TC467
 
Archive Date
4/24/2009
 
Point of Contact
Elizabeth G. Arzola,, Phone: 210-671-1751, Candy M. Martin,, Phone: 210-671-1750
 
E-Mail Address
elizabeth.arzola@lackland.af.mil, candy.martin@lackland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate Request for Proposal (RFP) will not be issued. The solicitation number is 9TC467 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-32 and DFARS change notice 20090115. This purchase is restricted to 100% Small Business concern. The NAICS code is 332311 and the size standard is 500 employees. This is requirement is for purchase and installation of a surrogate training village for military working dogs. Please state discount terms and warranty information. Due to training requirements, the village needs to be in place by 30 Apr 09, therefore the suspense date for quotes is 9 Apr 09. The contractor shall provide the following items: ITEM 0001: QTY: 2 EA, Two-story 48 L x 56 W C-Shaped Training Environments. Description: Two exterior steel doors for entry into the training environment; one interior ladder with safety measures installed to allow for passage from first story to second story. Landing area on second story large enough for canine training; Ten separate training rooms separated by eight interior steel doors and doorways; Up to forty 3x3 single hung glass windows; Up to ten ceiling hides, installation allows for lateral access to the ceiling hide, ceiling hide shall hang from the ceiling and not be recessed above the ceiling; ten floor hides to be 9"w x 13"h x 3"d. Floor hides to be recessed into the floor with flush mounted covering; Ventilation system to allow for passive ventilation and cross ventilation; Reconfigurable container based environment with exterior paint to simulate Iraqi or Afghani buildings. ITEM 0002: QTY: 2 EA, Single story C-shaped 48 L x 56 W Training Environments. Description: Two exterior steel doors for entry into the training environment; Five separate training rooms separated by four interior doors and doorways; Up to twenty 3x3 single hung glass windows; Up to five ceiling hides, installation allows for lateral access to the ceiling hide, ceiling hides shall hang from the ceiling and not be recessed above the ceiling; five floor hides 9"w x 13"h x 3"d. The floor hides are to be recessed into the floor with flush mounted covering; Ventilation system to allow for passive ventilation and cross ventilation; Reconfigurable container based environment with exterior paint to simulate Iraqi and Afghani buildings. ITEM 0003: QTY: 2 EA, Two-story 40' Training Environment-Single pass-through point. Description: One exterior steel door for entry into the training environment; One interior ladder with safety measures installed to allow for passage from first story to second story. Landing area on second story large enough for canine training; Up to twelve window 3x3 single hung glass windows; Up to two ceiling hides, installation allows for lateral access to the ceiling hide and ceiling hides shall hang from the ceiling and not be recessed above the ceiling; two floor hides to be 9"w x 13"h x 3"d, floor hides will be recessed into the floor with flush mounted covering; Ventilation system to allow for passive ventilation and cross ventilation; Reconfigurable container based environment with exterior paint to simulate Iraqi and/or Afghani buildings. ITEM 0004: QTY: 1 EA, Two-story 40' Training Environment-Two pass-through points. Description: One exterior steel door for entry into the training environment; Two interior ladders with safety measures installed to allow for entry from first story to second story. Landing area on second story large enough for canine training; Up to twelve window 3x3 single hung glass windows; Up to two ceiling hides, installation allows for lateral access to ceiling hide and ceiling hide shall hang from the ceiling and not be recessed above the ceiling; two floor hides to be 9"w x 13"h x 3" d and floor hides will be recessed into the floor with flush mounted covering; Ventilation system to allow for passive ventilation and cross ventilation; Reconfigurable container based environment with exterior paint to simulate Iraqi and/or Afghani buildings ITEM 0005: QTY: 3 EA, One-story 40' Training Environment. Description: One exterior steel door for entry into the training environment; Up to five window 3x3 single hung glass windows; One ceiling hide, installation allows for lateral access to the ceiling hide and the ceiling hide shall hang from the ceiling and not be recessed above the ceiling; one floor hide to be 9"w x13" h x 3"d and floor hides to be recessed into the floor with flush mounted covering; Ventilation system to allow for passive ventilation and cross ventilation; Reconfigurable container based environment with exterior paint to simulate Iraqi and/or Afghani buildings ITEM 0006: QTY: 1 EA, Village Setup Costs. Description: Delivery of all reconfigurable, mobile training modules to Medina Annex, Lackland AFB, TX; Crane rental and operation; Materials including twist locks, bridge fittings, and other materials for joining containers on-site; On-site setup timeframe: Please indicate number of business days; Warranty Information; The total area for install is 210' x 210' (one acre) Ship To: LTA Training Area 7, Medina Annex, ATTN: Jack Coleman or Lee Hincher, Lackland AFB, TX 78236. The quote should include descriptive literature and drawings and must be effective through 3 May 09. FAR 52.212-2 Evaluation of Commercial Items (Jan 1999) applies; quotes will be evaluated based on most advantageous to the Government, price, and other factors considered. The following factors are stated in relative importance and shall be used to evaluate quotes: 1. Lowest price technically acceptable, 2. Delivery Date for equipment and installation. To be eligible to receive an award resulting from this RFQ, contractors must have current registration in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) database at http://orca.bpn.gov. If 52.212-3, Offeror Representations and Certifications--Commercial Items have been completed online at http://orca.bpn.gov, provide DUNS code. FOB Destination is required. Please include Payment Terms, Availability, and Delivery Time to LACKLAND AFB, TX. The following clauses and provisions are applicable to this RFQ: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum to FAR 52.212-4, Changes to Terms and Conditions, FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Small Business Set Aside, FAR 52-232-33, Payment By Electronic Funds Transfer-Central Contractor Registration, and DFARS 252-204-7004, Alt A, Required Central Contractor Registrations, DFARS 252-212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviation in Clauses, FAR 252.204-7004 Required CCR Registration, DFARS 252.232-7003 Electronic Submission of Payment Request. The full text of these clauses may be accessed electronically at http://farsite.hill.af.mil. Responses to this RFQ must be submitted via fax 210-671-1199 or email to elizabeth.arzola@lackland.af.mil not later than 9 Apr 09, by 1200 hours (CST) local to the 37th Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Submit written offers (oral offers will not be accepted). The point of contact for this RFQ is Elizabeth Arzola at 210-671-1751 or elizabeth.arzola@lackland.af.mil. The Contracting Officer is Candy Martin at 210-671-1750.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=25d40fa27fb7d4a85f5c54cc49d632a1&tab=core&_cview=1)
 
Place of Performance
Address: LTA Training Area 7, Medina Annex, Lackland AFB, TX 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01784956-W 20090405/090403220028-25d40fa27fb7d4a85f5c54cc49d632a1 (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.