Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
MODIFICATION

54 -- ISO Standard Steel Containerized Shower Units for Camp Edwards, MA - Questions and Answers - Modifications/Amendments

Notice Date
5/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-10-T-0013
 
Response Due
5/20/2010
 
Archive Date
7/19/2010
 
Point of Contact
Jean T. Greenwood, Phone: 5082336663
 
E-Mail Address
jean.greenwood@us.army.mil
(jean.greenwood@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modification/Amendment 1 Questions and Answers v1 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 FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective December 10, 2009. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is W912SV-10-T-0013 and is issued as a request for quotation (RFQ), unless otherwise indicated herein. This will be a 100% Small Business Set Aside acquisition under NAICS code 332311 Prefabricated Metal Building and Component Manufacturing, with a small business size standard of 500 employees. SPECIFICATIONS: This solicitation is for the acquisition and delivery of ISO Standard Steel Containerized Shower Units. Shower units shall conform to, and be delivered in accordance with the Specifications as follows: Containerized Shower Units FOR CAMP EDWARDS, MA BACKGROUND: Camp Edwards is a Massachusetts Army National Training Site providing Warrior Training to all Region I soldiers. Containerized shower units are required to support those units training at the Tactical Training Base (TTB) on Camp Edwards. SCOPE OF WORK: The Contractor shall provide 3 portable shower units. Standard features include 12 shower stalls with private shower curtains double lockable exterior doors with single interior entrance door, window, finished walls and ceiling, aluminum floor, AC exhaust fan, AC lights, plumbing and drain lines for showers for quick, convenient hook up. The unit must be manufactured from a new, ISO standard steel container. The unit would require no foundation, no structural assembly. The unit needs to carry a 10 year structural warranty. The unit needs to have great resistance to natural disasters, including resistance to winds up to 100 mph. MINIMUM REQUIREMENTS 1. External Dimensions: Length: 40 Width: 8 Exterior color should be Tan 2. Additional Requirements: Twelve (12) shower stalls (the units shall NOT contain sinks or toilets) Private curtains, Anti-slip floors, Dressing benches, and garment hooks Four (4) mirrors AC electrical system, which includes breaker panel, fluorescent light fixtures, wall receptacles, wiring, etc. Two (2) inch rigid insulated finished walls and ceiling One (1) 5mm thick window which features screen and removable metal window shutter. Standard double end container door with separate entrance door/wall inside. Ventilation fan with on/off switch Propane tanks should have a minimum storage of 300 gallons Propane-fired boiler system Heat for the trailer interior should be a propane fired system Maximum electrical requirement for a trailer is one (1) 60 Amp, 220 Volt, and Single phase service Minimum of 100 gallons hot water storage per trailer Rubber non-skid flooring Water supply needs to be compatible with standard 5/8ths inch sillcock. Sanitary Drain needs to be at an elevation to work under gravity for a linear distance of 50 feet, or unit must have an internal pump system that will move grey water 50 feet Great resistance to natural disasters, including resistance to winds up to 100 mph. Government shall provide detailed instructions or personnel to spot exact locations for purchased units. The resulting contract will include delivery, placement as directed, and clean-up/disposal/removal of shipping materials (if necessary). Units shall be shipped shall be FOB destination. 3. Warranty: 10 year structural warranty REFERENCES: The offeror shall submit (with quote) at least three (3) references for the same or similar containerized showers purchased from the offeror within the last 5 years. Include reference point of contact (POC) name, e-mail address, phone number, contract number, and date of award. DELIVERY: The units must be delivered no later than 31 July 2010. EVALUATION FACTORS: The Government intends to award a Firm Fixed Price (FFP) contract based on the best value offered as a result of this combined synopsis/solicitation. To be considered technically acceptable the offeror must: (1) Provide a product that meets or exceeds the requirements listed in the SPECIFICATIONS paragraph of this document. (2) Meet the delivery deadline of 31 July 2010. (3) Meet or exceed Warranty requirements (4) Provide references in similar acquisitions per the specifications INSTRUCTIONS: Offers shall include the following in their quotation: (1) A detailed pricing information that shows the unit cost of each containerized shower and total cost of each CLIN and the total cost of all CLINs for delivery, placement as directed, and clean-up/disposal/removal of shipping materials (if necessary) for the following: CLIN 0001 3EA 40 x 8 ISO standard steel containerized shower units each containing twelve (12) shower stalls and meeting all of the requirements states in the Specifications. (2) A detailed description of the containerized showers being offered, including make, model, manufacturer; a shop drawing of the containerized unit and shower stall dimensions, placement/location of doors, benches, mirrors and tanks; and photographs of the interior and exterior. Please include in your description details that address all items in the Additional Requirements in the Minimum Requirements section of the specifications. (3) At least three (3) references with all information requested in the reference section of the specifications. (4) A written statement accepting all modifications to solicitation number W912SV-10-T-0013. List each modification issued by number and date. (5) Completed provision at FAR 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items and DFARS 252.225-7000, Buy American ActBalance of Payment Certificate, or a completed registration on the ORCA website at https://orca.bpn.gov. *** Failure to provide the above listed items with your offer may cause your offer to be considered non-responsive. *** Quotations shall be received NLT 11:00 AM eastern standard time on Thursday, May 20, 2010. Quotations may be sent via email to WO1 Jean Greenwood at jean.greenwood@us.army.mil with a courtesy copy to WO1 Erika Reinikainen at erika.reinikainen@us.army.mil or delivered to USPFO-MA, Purchasing and Contracting, 50 Maple Street, Milford, MA 01757 to the attention of WO1 Jean Greenwood (508-233-6663). All Quotes shall be clearly marked with solicitation number W912SV-10-T-0013. Offers sent via facsimile will not be accepted. Questions regarding this solicitation must be in writing and may be sent via email to the addresses above. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries and questions MUST be in writing via EMAIL to jean.greenwood@us.army.mil with a courtesy copy to erika.reinikainen@us.army.mil. All questions and requests for information (RFI) MUST BE IN WRITING AND RECEIVED NO LATER THAN Monday May 17, 2010 at 1:00 PM Eastern Standard Time. The Contracting Officer reserves the right to address questions received after the second (2) calendar day prior to solicitation closing with those offers deemed responsive after closing. All answers will be provided in writing via posting to the FedBizOpps web site at https://www.fbo.gov/. DISCLAIMER: This solicitation will be located on the official government web page, FedBizOpps, and the government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps web site. This will normally be the only method of distributing amendments and addendum prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. ADDITIONAL INFORMATION: 1. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at https://www.bpn.gov/ccr/default.aspx. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. 2. Invoicing instructions. a. Invoices shall be submitted to the Contracting Officers Representative (COR) with a courtesy copy to USPFO-MA, Purchasing & Contracting, 50 Maple Street, Milford, MA 01757. b. The COR for Camp Edwards shall review the invoice and complete a copy of a DD Form 250 indicating acceptance of the items. The COR shall forward the completed copy of the DD 250 to USPFO-MA, Purchasing and Contracting, 50 Maple Street, Milford, MA 01757. c. The Contracting Officer shall forward copies of the invoice and DD Form 250 to USPFO Fiscal Office, 50 Maple Street, Milford, MA 01757 for payment. Note: The Massachusetts Army National Guard is in the process of implementing Wide Area Work Flow (WAWF), a web-based, electronic invoicing system. Invoice payments will be made through WAWF if implemented during the life of this contract. Complete instructions on WAWF procedures as they relate to this contract shall be furnished. Vendors who are unfamiliar with WAWF may start training on the system at www.wawftraining.com. However, until the Massachusetts Army National Guard implements WAWF, the above stated procedures will remain in effect.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-10-T-0013/listing.html)
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
 
Record
SN02146170-W 20100513/100511234916-8f9e01b124cf61064304ed9457ccf68e (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.