Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

83 -- SUPPLY AND DELIVERY OF YURTS

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, Oregon, 97702
 
ZIP Code
97702
 
Solicitation Number
AG-04GG-S-09-0031
 
Archive Date
9/1/2009
 
Point of Contact
Maria Gonzalez, Phone: (541) 383-5547
 
E-Mail Address
mgonzalez@fs.fed.us
(mgonzalez@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Solicitation is AG-04GG-S-09-0031 and this requirement is being issued as a Request for Quote. The procurement is 100% set-aside for small business. The North American Industry Classification System (NAICS) Number is 314912 – small business size standard is 500 employees. Please submit quote close of business 4:30PM, August 10, 2009 to the USDA - Deschutes National Forest, 1001 SW Emkay Drive, Bend, OR 97702. The scope of work consist of supply and delivery of 6 Yurts: 1) Yurts Billeting Use: The shelter system must be appropriate for billeting a minimum of 5 adults to maximum of 7. 2) Minimum usable floor space of 200 square feet, minimum 16 feet diameter. 3)Vertical Walls or Wall Height: The shelter shall have approximately 7’vertical walls, with a minimum center vertical height of 10’3”. 4)Easy Set-Up: Shelter systems must be able to be erected in a remote area without the use of specialized equipment or tools. 5)All Weather Capable: When secured and staked to manufacturer’s specifications the shelter system must be capable of withstanding heavy snow loads and high winds. Structure shall be designed to withstand a combination of 65lbs per square foot roof snow load and 90 mile per hour winds. 6)Performance: Shelters exterior must be constructed of materials that inhibit ultraviolet light degradation and mildew resistant. Shelters exterior must be made of materials that are fire resistant. The shelter must meet operational needs at temperatures fluctuation between -30 & 115 degree Fahrenheit and withstand a minimum snow load performance of 21lbs sq, foot without compromising structure or effectiveness. 7)Platform Instructions: The manufacturer must supply detailed instructions for platform construction. 8) Price to be FOB destination: Shelter Components: 1) Framing shall be comprised of the following items: a.Shelter shall be supported by an articulated lattice wall made from clear, kiln dried Douglas fir lath or equivalent. Fully expanded wall height to be approx. 7'. Minimum dimension of lath to be 7/16" x 1 ½". Lattice wall to anchor to door frame. b. Pre-hung Douglas fir door with engineered brushed cedar panel and clear acrylic window. Door to be 76” in height and 34 1/2" wide providing adequate clear opening for wheelchair access. c. Compression ring to be made of two offset select structural 2x6 octagons laminated and through-bolted (using 5/16" x 3" zinc chromate coated carriage bolts, 5/16" flat washers and 5/16" hex nuts). d. Tension cable to be 3/16" aircraft quality galvanized steel, 4200 lb. breaking strength. Precut to exact yurt circumference. Hook on one end to be ¼ heat-treated grab hook and connections swaged with aluminum ferrules. 2) Exterior Fabric a. Side cover fabric shall be. 100% woven polyester (acrylic coated). Color to be Forest Green (Government reserves the right to select appropriate color). Fabrics shall have minimum 5 year material manufacturer’s warranty and meet or exceed flame resistance NFPA-701. b. Minimum three windows (54"x45"). Windows to have sewn-in fiberglass bug screen framed in 2” polyester webbing and 2" wide black marine grade UV resistant polyester (un-napped) loop. Windows to include weather flaps with 3/4" quick release buckles for securing them up or down and zippers down the sides. Zippers to be fully protected from UV exposure. c. Top cover shall be made of 28 oz. vinyl reinforced Duro-Last fabric or equivalent with 15 year material manufacturer’s warranty. Fabric to meet or exceed flame resistance NFPA- 701. Color shall be tan. d. Top cover to have all overhead seams electronically bonded and have integrated valance made of the same Duro-Last fabric equivalent (not sewn on). Rain diverter to be welded to top cover over door. Top cover to secure to door frame. e. Shall contain mildew inhibitors. f. Shall contain ultraviolet ray inhibitors. g. Storage and transport field bags must be provided for all fabric coverings. 3) Additional items a. Shall include tinted dome skylight,. One-piece construction. ¼" thick acrylic dome with built in flange and down turned edge that does not require a gasket. b. Insulation for roof and walls to be included - 5/16" thick seven layer reflective insulation (Reflectix) covered with an attractive polyester fabric liner (Tex Tex) and reflects approximately 97% of radiant heat that hits it. Liner facing and insulation meet or exceed flame resistance NFPA-701. Top insulation to be constructed in one continuous piece with separate one piece liner facing. The side insulation to have the liner facing sewn to the reflective material and be constructed in sections that overlap approximately 10". The sections of wall insulation are to have grommets installed at the top for attaching them to the tension cable once the side cover is installed. They are to be numbered with a corresponding diagram showing the proper order for installation. c. Door canopy option shall be available if desired. Canopy framework to be one-piece welded aluminum, which bolts directly to the door frame. d. Stove flashing kit to be available for purchase, for installation of a wood stove. Double metal flashing to be made from galvanized sheet metal that is powder coated for corrosion resistance. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL AMOUNT Shelter Tents 6 EA $____________ $_________________ DELIVERY: After notice of award the vendor will have 30 days to deliver (F.O.B. Destination- Contractor will be responsible for all shipping and handling) the supply to the following districts of the Deschutes National Forest: 3 will need to be delivered to: Crescent Ranger District 136471 Hwy 97 north Crescent, Oregon 97733 Contact Ronda Bishop @ 541-433-3211 prior to delivery 3 will need to be delivered to: Sisters Ranger District Hwy 20& Pine Street Sisters, Oregon 97759 Contact Bob Hennings @ 541-549-7704 prior to delivery CONTRACT CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items;52.212-2 Evaluations Commercial Items - total cost shall include shipping and handling. Only one award will be made in the governments best interest to the lowest price, technical acceptable offeror who meets requirements. and FAR 52.214-21 Descriptive Literature. OFFEROR SHALL PROVIDE DESCRIPTIVE LITERATURE WHICH DEMONSTRATES THE ITEMS COMPLIANCE WITH THE SALIENT CHARACTERISTICS AS MENTIONED HEREIN. (THE CONTRACTOR MAY OFFER PRODUCTS COMPARABLE TO THE SALIENT CHARTERISTICS OF THE PRODUCT). THE GOVERNMENT HAS NO OBLIGATION TO PURSUE FURTHER INFORMATION ON THESE YURTS AND SHALL RELY ON THE LITERATURE SUBMITTED.) 52.212-3 Offeror Representations and Certifications-Commercial Items.The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); Contract Terms and Conditions-Commercial Items; Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; *** QUOTE DUE DATE HAS BEEN EXTENDED FROM AUGUST 10,2009 TO C.O.B. 4:30 PM AUGUST 17, 2009**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-09-0031/listing.html)
 
Place of Performance
Address: See Shipping locations in the description above., United States
 
Record
SN01900322-W 20090807/090806001135-584fdd8051eac5f50d7e2b26f315c2bf (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.