Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

71 -- Purchase a modular/portable arms vault 30' X 15' X 10'.

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-10-Q-0005
 
Response Due
3/19/2010
 
Archive Date
5/18/2010
 
Point of Contact
leslie ann fedler, 860-524-4870
 
E-Mail Address
USPFO for Connecticut
(leslie.fedler@ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation items prepared in accordance with the format in Subpart 12.6, 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This is a solicitation for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm Fixed Price contract and quotes are requested to furnish and install a modular arms vault system, UL Class M rated system meeting federal specifications. The solicitation number is W91ZRS-10-Q-0005. The NAICS code is 332999 with a small business size standard of 500 or less employees. This is an unrestricted solicitation. This requirement is for the following Statement of Work. General 1.Provide all labor, services, equipment, and materials required to fabricate, construct, and install (a complete turn-key install) modular arms vault/portable armory, for the referenced project as noted herein and on attached drawings SK-1 thru SK-3, and this Summary of Work, dated 11Jul2008, at FMS #11, 87 Montowese Street, Branford, Connecticut. 2.The scope of work for this project shall include site-adapt proposed vault with the proposed site location. 3.Verify all dimensions before purchasing products. 4.Where in conflict, architects finish indications shall take precedence over any finishes indicated on engineers drawings. 5.The design shall be in accordance with federal, state and local laws, codes, ordinances, rules, regulations, orders and other legal requirements of public authorities that bear on performance of work; and, widely accepted industry standards, including but not limited to: a. Occupational Safety and Health Administration (OSHA) b. Connecticut Department of Environmental Protection. (DEP) Sitework 1.There will be no site work required for this project. Architectural 1.Examine substrates to verify that substrates and conditions are satisfactory for installation of finishes. Use trowelable leveling and patching compounds if required to correct substrate. Do not proceed with installation until unsatisfactory conditions have been corrected. Start of work shall indicate acceptance of conditions. 2.Prepare existing floor substrate as required by vault manufacturers instructions for installation of new vault system. 3.Prep, and finish vault walls and ceiling, both interior and exterior surfaces, with a premium quality primer and topcoats. Caulk all seams, both interior and exterior surfaces, prior to applying finishes. Prep, and seal concrete floor with a premium quality concrete sealer. Equipment 1.Furnish and install a modular arms vault/portable armory system as indicated on the attached drawings, sk-1 thru sk-3. Vault system shall be UL Class M rated system, meeting Federal Specification No. AA-V-2737, dated 4/25/90. Vault system shall be comprised of lightweight GSA approved panels, 8-0 high. The completed vault system shall be five-sided, six-sided for portable armory system, and shall include one vault door, and access for HVAC, electrical, phone, and alarm systems. Panel system shall be modular to provide quick assembly. Vault system shall utilize bolted connections to facilitate relocation. Provide utility panels for ventilation purposes, in the vault and in the vault vestibule. Vault door shall be GSA approved, Class-5 Armory, with combination lock. Clear opening on door to be 40 wide. Vault shall be furnished and provided with a (Z-type) vent for emergency ventilation. The vault system, and the installation thereof, shall meet AT/FP measures needed to install a safe and secure arms room vault as per current edition of AR 190-11 and UFC 4-010-01. a. The vault shall be designed and constructed in accordance with AR 190-11, and shall include conduit for the intrusion detection, telephones, and electrical system. b.Anchor rings shall be furnished and installed along the inside walls, located at 24 on center, to facilitate the securing of arms racks. As an alternate, furnish and install a 3/8 thick by 2 wide hardened steel bar located continuously around the inside walls of the vault, with anchor rings welded to the bar, to facilitate the securing of arms racks. 2. Design, furnish and install a HVAC system, for the proposed vault and vault vestibule. The vault shall be provided with a (Z-type) vent for emergency ventilation. The design shall provide for a minimum of four dehumidified air changes per hour of supply air into the vault, from a central HVAC unit, and the air shall exhaust directly to the outside. Furnish and install packaged dehumidifiers, equal to DeLonghi DE500P, equipped with built-in condensate pumps, and balanced with the proposed HVAC system. Contractor shall coordinate location of condensate conduit lines, through vault walls, and respective routing of condensate lines for required drainage from vault, see SK.2. 3.The vault shall include all required electrical outlets and light fixtures (ceiling mounted T8 fluorescent fixtures) pre-wired to allow for connection to existing electrical panel, see SK.3. 4.Furnish and install all required electrical materials to connect the proposed vaults electrical system to the existing electrical panel, see SK.3 The Government will make award(s) resulting from this solicitation to the responsible offeror(s) whose offer conforms to the solicitation will be most advantageous to the government, price and other factors considered. The following provisions are included in this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, EvaluationCommercial Items: FAR 52.233-2, Service of Protest; DFAR 252.209-70001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.212-7000, Offeror Representations and CertificationsCommercial Items and DFAR 252.225-7010, Commercial Derivative Military Article-Specialty Metals Compliance Certificate. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.211-7003, Item Identification and Valuation; DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.247-7023, Transportation of Supplies by Sea; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-53, Exception from Application of the Service Contract Act to Contracts for Certain Services---Requirements; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.219-8 DEVIATION, Utilization of Small Business Concerns DEVIATION; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; FAR 52.203-3, Gratuities; DFAR 252.225-7008, Restriction on Acquisition of Specialty Metals; DFAR 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.243-7002, Requests for Equitable Adjustment; DFAR 252.247-7023, Transportation of Supplies by Sea; and DFAR 252.247-7024, Notification of Transportation of Supplies by Sea. Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil. Central Contractor Registration (CCR) can be found at http://www.bpn.gov/ Questions may be directed to Karen Havens the contracting officer at 860-524-4865 or Leslie Fedler at 860-524-4870, email is preferred at Karen.l.havens@us.army.mil or leslie.ann.fedler@us.army.mil. Written quotes must be submitted to the USPFO for Connecticut. Purchasing and Contracting Division, ATTN: Karen Havens, 360 Broad Street Hartford, Connecticut 06105-3706; via fax (860)524-4874; or e-mail to karen.l.havens@us.army.mil. Not later than 2:00 p.m. on March 19, 2010. In your quote have the warranty, delivery time and price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-10-Q-0005/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 87 Montowese Street Branford CT
Zip Code: 06405
 
Record
SN02069745-W 20100221/100219235254-38928540f9b355413d7cdc12ebf71b71 (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.