Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

54 -- Vault Toilets, Solar Voltaic Powered Waste Reduction, Supply and deliver.

Notice Date
8/4/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
Q7547090J35
 
Response Due
8/21/2009
 
Archive Date
8/4/2010
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 Regulations (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 requirement is being issued as Request for Proposal (RFP) No. N7130090024. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-35. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 321992. The small business size standard is 500 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of two pre-fabricated Solar Voltaic direct current powered comfort stations with waste reduction that meet the following specifications:OVERVIEW Delivery and installation of two pre-fabricated concrete solar voltaic direct current powered comfort stations at two locations within the boundaries of the National Park Service (NPS) at Lake Meredith National Recreation Area (LAMR) Fritch, Texas 79036. The comfort station supplier must be certified to build prefabricated buildings in the state in which they are manufactured. The building shall be factory constructed on a precast concrete slab. The structure shall be designed under the direct supervision of a Professional Engineer licensed and all plans shall bear his/her seal. GENERAL The comfort stations will be ADA Accessible made of prefabricated concrete with tan pigment in the concrete. Color of the comfort stations must be approved by the NPS. The structure shall consist of two factory constructed units: the building and the foundation /vault. The comfort station will be a solar electric system for daylight operation only (no batteries). Prospective Bidder will provide manufacturers literature and/or drawings so the NPS can adequate evaluate the proposal. Successful bidder will submit a complete set of construction drawings signed and sealed by a Professional Engineer registered in the State of Texas, Colorado or New Mexico. BUILDING SIZE The comfort stations (buildings) will be 84 inches wide by 84 inches long. Restroom will be anchored to the vault/foundation and be the responsibility of the vendor. FLOOR The floor system shall be built by a precast company that is currently certified by the National Precast Concrete Association. The floor shall be a one piece structural monolithic precast concrete slab fabricated in a controlled atmosphere so the concrete will develop 5,000 psi minimum in 28 days. The floor slab shall be designed and engineered with pick-up points for possible future relocation. Floor drain (minimum one) will be precast into the floor slab. The slab shall be 6" thick concrete with a 6" steel angle around the pick-up points of the slab, the floor finish shall have a non-skid broom finish. After the slab is cured it will be sealed with a two part epoxy coating. The structural rebar shall be welded to the perimeter angle. The minimum rebar size shall be #4 at 12" on center each way. Anchor bolts shall be a minimum of 5/8" grade eight or better with plate washers. The anchor bolts will be embedded in a minimum 4" of concrete, the walls will be installed directly on concrete. WALLS The outside walls must four inches thick minimum with vertical wood grains pattern with tan pigment in the concrete. Color of the comfort stations must be approved by the NPS. Installation of walls on ferrous (steel) surfaces will not be permitted. ROOF Roof shall be precast concrete with a shake shingle finish. Roof shall be cast in one piece providing a 96 inch approximate eve height, 112 inch approximate peak of roof height. HARDWARE All hardware shall meet minimum standards of the ADA. Comfort stations must contain one 36 inch wide (minimum)18 gauge steel door 80 inches high. Frames shall be16 gauge steel minimum. Frames shall have a wrap around design to cover the exterior and interior concrete walls. Door closer, door lever, deadbolt and hinges must match existing units for interchangeability of stocked repair parts.1. Closure: LCN1461282. Deadbolts: Schlage B6633. Door Lever: Schlage Rhodes 040S 4. Hagar Hinges ECBB1100 The interior of the comfort station must contain a window/vent, toilet stool, toilet paper holder(s) and grab bars: 18" Grab Bar: one 2 inch diameter stainless steel with concealed fasteners.36" Grab Bar: one 2" diameter stainless steel with concealed fasteners.42" Grab Bar: one 2" diameter stainless steel with concealed fasteners.All hardware and mounting heights must meet the minimum requirement of the ADA. PAINT Restroom ceiling and interior walls shall be painted white. VAULT AND WASTE REDUCTION SYSTEM The vault will be precast concrete 4 inches thick walls minimum, approximately 108 inches long, 84 inches wide, 40 inches overall high providing a minimum of a 36 inch internal depth. The foundation/vault shall have a factory installed 30 mil PVC liner, minimum. All necessary connections between the building and foundation/vault will be the responsibility of the vendor. Lockable access door must be provided to pump waste out of vault. The vault shall include a solar voltaic direct current powered waste reduction system that provides for daylight solar powered fan operation that ventilates the vault. The solar voltaic direct current powered waste reduction system must include approximately 10 feet of perforated 10 or 12 inch schedule 40 PVC plastic piping in the vault below the floor that circulates air around and through the waste and liquids in the vault to solidify and dry out the waste. This piping must be connected to a vertical PVC vent pipe that contains a 24 volt DC fan that pulls the air through the vault piping and into the vent pipe and out the roof vent. This solidification process decreases the frequency park personnel must pump out the units. The vault must be lined with 30 MIL PVC liner and Y2" ABS plastic installed under the toilets and access pump out area to protect the liner. NPS RESPONSIBILITY All site preparation will be performed by the NPS.The NPS will dig and prepare the holes per manufactures provided specifications. OFFLOAADING AND PLUMBING INSTALLATION The crane for off loading and setting the structure onsite will be the responsibility of the vendor. The vendor will provide a factory trained representative to supervise the offloading of the units. The vendor will coordinate between NPS Point of Contact, Jimmy Muncy 806 857-0306, or Steve Bullard 806 670-8252 for the delivery and setting the units into their respective holes on LAMR property. The vendor understands until the units are set into the holes, said vendor is responsible for any damage due to dropping, broken slings, improper rigging, miscommunication, etc. All necessary vent connections between the building and foundation/vault will be the responsibility of the vendor at the time the units are set in the holes. FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance - durability of product, timeliness in delivery, technical support and other Considerations.2. Price Whereas past performance is more important than price. 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 offer's 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. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver 2 Vault Toilet Comfort Stations (FOB Destination) according to above specifications:Qty. 2 each @ unit price $_____ = Total price $__________ 2. Offeror must furnish a history of past performance with a minimum of 5 references listed with contact information including name, address, and phone number. Offerors who do not provide past performance information will be considered non-responsive. 3. Offeror must furnish specifications and photographs of the vault toilet comfort stations they are proposing. 4. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52-211-6 Brand Name or Equal52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 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 52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CDT, August 21 2009, and can be sent to National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Offers may be mailed or faxed to 580/622-2296. Call for confirmation of receipt of fax on 580/622-7204. All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7547090J35/listing.html)
 
Place of Performance
Address: Fritch, Texas<br />
Zip Code: 79036<br />
 
Record
SN01898422-W 20090806/090804235858-88b97b49be8bae39da1b4ed98f162963 (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.