Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

54 -- RANS Instrumentation Shelter - Drawings

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-09-P-0087
 
Archive Date
10/9/2009
 
Point of Contact
Heather M. Rippy, Phone: 2088283108
 
E-Mail Address
heather.rippy@mountainhome.af.mil
(heather.rippy@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Locations of items will be installed as per drawings (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-09-P-0087 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and through Department of Defense Acquisition Regulation Change Notice 20090825. It is the contractor’s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423310; Small Business Size Standard: 500 (v) CLIN Brand name or equal: 1 ea 10’ OD X 18’ OD x 9’ ID AGII equipment shelter, includes shipping to Bruneau, ID. Contractor to furnish all labor, tools, parts, materials, facilities, transportation, and supervision necessary to provide: Shelter and associated components are to be shipped pre-assembled to the Grasmere EC site, Bruneau, ID 75 miles south of Mountain Home AFB, ID on Highway 51. Government user will off load and move shelter using 15-ton crane and will install on already installed cement pad. Must include: 1. 1 - 3'x7' exterior insulated steel doors w/passage & deadbolt hardware 2. Stone Aggregate Exterior (Color of Choice) 3. R-values of 11 in the walls and floor. R-19 in the roof. 4. Painted "I" beam perimeter skid assembly 5. Two-ply rubber roofing material w/galvanized roof edging 6. Vinyl tile floor covering 7. 5/8" OSB plywood/FRP glassboard interior finish 8. Complete shelter drawing package. 9. Freight to Site (Mountain Home, ID) if site is accessible to semi- truck & trailer. 10. Electrical package: a. 1 - 200 amp, single phase, distribution panel w/main breaker b. 1 - 200 amp, single phase, main disconnect main breaker panel c. 4 - 2 tube, 4 foot fluorescent light fixtures w/switch d. 1 - 100w exterior light fixture w/pe cell e. 8 - 110v duplex receptacles 1 - exterior GFI receptacle f. 3 – L6-30R 30 amp twistlock receptacles g. 2 - 3 ton cool/5 KW heat Bard wall mount air cond. w/MC3000A master control thermostat h. 12" exhaust fan & 16" intake damper w/weatherhoods & thermostat i. 12 - 4" wave guide ports j. Single run of 12" ceiling mounted cable ladder k. 4"x12"x1/4" Master ground bar l. breakers to accommodate the above m. All electrical wires, boxes, conduit, etc. to make a complete assembly This price does not include: 1. Foundation installation 2. Off loading of shelter at site 3. Securing of shelter to foundations 4. Site work and site grounding 5. Any applicable taxes 6. Any State Approvals or Inspection Fees Drawings include specific locations of electrical equipment, required same location as in drawings attached: 1. Fork lift pockets to be included and to extend all the way through the base of the building. (dimensions stated in the last page of the drawings) 2. Steel frame encompassing the perimeter of the bottom of the building to deter rodent infestation. 3. 15 ton crane and or forklift to be used for installation. (site location dependent) 4. Locations of items will be installed as per drawings, including but not limited to the following list (first drawing page lists included items) 12, 4” Port entry to be located Outlet locations 200 amp circuit breaker box and installed outlets Master ground bar Exaust fan Intake damper Crane lift points (vi) FOB-Destination for delivery to: Grasmere EC site, Bruneau, ID 75 miles south of Mountain Home AFB, ID on Highway 51. Delivery NLT 45 Days ARO. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None (remove if award can be made to separate vendors) and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition; FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees;; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer—Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim;; FAR 52.247-34; F.O.B.–Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors—Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Numbered Notes 1. The purposed contract is 100% set-aside for small business concerns. (xvii) Quotes must be emailed to heather.rippy@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 12:00 MST, 24 September 2008.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-09-P-0087/listing.html)
 
Place of Performance
Address: Grasmere EC site, Bruneau, ID 75 miles south of Mountain Home AFB, ID on Highway 51., Mountai Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01964489-W 20090923/090922001446-19d3b4058d556cd660cec911d39d44d5 (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.