Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

56 -- Replace 36ft wide x 48ft high Rollup Steel Overhead Door at Ditto Area

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S610T0016
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
Dugway Proving Ground DOC
(paul.frailey@us.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 for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: Roll Up Steel Door Replacement W911S6-10-T-0016 -0001 Qty = Replace roll up steel door. Located at the Joint Ambient Breeze Tunnel (JABT), Dugway Proving Grounds (DPG), Dugway, Utah. This door is located on the West side of the building. Measurements are 48 ft high and 36 ft wide. Contractor may utilize door track currently in place or replace. This CLIN shall include the fully budened price for all labor and materials to undertake the work. Replace roll-up steel door. The door is located at the Joint Ambient Breeze Tunnel (JABT), Dugway Proving Grounds (DPG), Dugway, Utah. This door is located on the West side of the building. Measurements are 48 ft high and 36 ft wide. JABT bldg currently has roll up steel door. Wind has pulled rivets out of some of the locks along edges. Steel door also has been somewhat deformed due to wind. Contractor may utilize door track currently in place or replace. Government shall retain all door components from existing door. Minimum Door Requirements: 1.Shall be capable of withstanding 100mph wind and wind gusts. 2.Shall be tan or earth tone in color. 3.Must be able to be operated by interior wall switch as well by outside wired remote. The existing door is operated via a Programmable Logic Controller PLC. The new door shall be controllable by this PLC. 4.Must raise vertically. 5.Must be rigid where ceiling baffles come into contact with door. 6.Door must be steel roll-up type. Ceiling is vertically adjustable and seals against door. This precludes using any horizontally opening doors. The ceiling will exert some pressure against the door; this would preclude a fabric type door. The Contractor shall notify the Government 30 calendar days prior to proposed installation to coordinate the installation with DPGs testing requirements. Installation shall not be longer than 14 calendar days after the Notice to Proceed has been issued by the Government. The contractor shall provide with their quotation, the material description to include, but not limited to, metal composition, description of the track system, wind resistance specifications, etc. The contractor shall provide with their quotation, the certification of wind resistance, plus any warranties for wind damage and repair. Warranty shall be for a minimum of three (3) years. This contract shall be awarded as a Lowest Price and Technically Acceptable contract. The contractor should supply sufficient information to illustrate the overhead doors ability to withstand high wind gusts up to 100 mph. Previous wind gusts at this location have reached 90mph. Failure to provide certification or illustration of capability may result in disqualification of quote. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES FOB DESTINATION FAR 52.247-34). -0002 Informational CLIN : Personnel Reporting System. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. DO NOT BID ON THIS CLIN. It is informational only and not seperately priced. There is a site visit scheduled for 10:00 a.m. Wednesday, April 28, 2010. Those desiring to attend should contact Paul Frailey via email address paul.frailey@us.army.mil. Attendees should request site visit access by Monday, April 26, 2010. Please call or e-mail Contract Specialist Paul Frailey w/ all questions concerning this/these item/s @ 435-831-2587 paul.frailey@us.army.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-10-T-0016. This will show all CLINS, Clauses and Contract details. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W011S6-10-T-0016 This requirement is competed on a full and open competitive basis with no set-aside per FAR 19.10. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0016. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 238290 ($14m) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Ditto Area, Joint Ambient Breeze Tunnel. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil or call 435-831-2587. Quotes are due no later than 2:00 pm (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday 6 May, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d544fb77c0b9b5d593edcdf4d16c6c5e)
 
Place of Performance
Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02126037-W 20100421/100419235016-d544fb77c0b9b5d593edcdf4d16c6c5e (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.