Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

71 -- PALLET RACK SHELVING AND OFFICE

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700110Q0287
 
Response Due
7/30/2010
 
Archive Date
8/14/2010
 
Point of Contact
NANCY PETERSON 910-451-3095 NANCY PETERSON910-451-3095
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0287 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 332311 and the small business size standard is 500. CLIN #0001: PALLET RACK UPRIGHTS, TEAR DROP STYLE, UPRIGHT SIZE 12'H x 48"D, WEIGHT CAP 19,980 LBS, COLOR BLUE; P/N HT0052386; QUANTITY: 34 EA CLIN #0002: PALLET RACK BEAMS, TEAR DROP STEP-BEAMS, SIZE 144"L x 5-7/8"H, WEIGHT CAP 7,500 LBS PER PAIR, COLOR ORANGE; P/N HT0052842; QUANTITY: 108 EA CLIN #0003: WIRE MESH DECKING, 48"D x 46"W, WEIGHT CAP 2,500 LBS; P/N H4846S-4-2545; QUANTITY: 162 EA CLIN #0004: SLIDE DOOR, 6W x 8H, PADLOCK HASPS; QUANTITY: 32 EA CLIN #0005: MESH PANEL, 8 x 4 WIRE MESH; QUANTITY: 7 EA CLIN #0006: RACK GUARD PANEL, WIRE MESH, 12' x 4'; QUANTITY: 14 EA CLIN #0007: MOUNTING BRACKETS WITH 6" OFFSET; QUANTITY: 84 EA CLIN #0008: MESH SHEET, 2"x 2" ELCTRO-GALVANIZED MESH: 4' x 8'; QUANTITY: 12 EA CLIN #0009: INSTALLATION OF RACKING SYSTEM, TO INCLUDE REMOVAL OF ALL INSTALLATION DEBRIS AND PACKAGING MATERIALS; QUANTITY: 1 EA CLIN #0010: IN-PLANT OFFICE, VINYL COVERED GYPSUM BOARD BOTH SIDES OF WALL (G/G): 48 lf @ 12 FEET TALL. The walls shall be 3" thick composite sandwich panels. The outside and inside facing shall be 1/2" Fire-shield gypsum board with a vinyl finish of light cream, white or grey. The core shall be 2 of one pound density polystyrene laminated using a structural adhesive. Every 4 will have a aluminum extruded binder post with snap cover to house all the electrical components. All binder posts will be powder coat painted to match the wall covering.STEEL DECK: 144 SQUARE FEET. The roof shall consist of 22 gauge, primed steel inter-nesting pans as a dust cover with closure fascia. Steel shall be fabricated from steel conforming to Section 1.2 of the latest edition of the American Iron and Steel Institute, Specifications for the Design of Cold-Formed Steel Structural Members. Steel decking shall be 1 1/2" corrugated and shall be mechanically fastened to support beams. This roof shall be free of support by columns within the structure. (free span). This roof shall be capable of supporting the suspended ceiling and lighting."SUSPENDED CEILING: 144 SQUARE FEET. The ceiling system shall consist of a complete Class ""A"" suspension system and acoustical material. The ceiling suspension system shall consist of a concealed assembly of structural members and such hardware and wall moldings as required to support the ceiling system with a maximum deflection of L/360 of the span. The ceiling shall be capable of incorporating lighting, heating, ventilation, air conditioning, electronic and electrical system components, as necessary. The system shall be completely integrated with the structural and mechanical elements, and shall be coordinated with the interior partitions. The ceiling system shall consist of white "T" grid system with 2' X 4' pattern. Ceiling tile shall be 24" X 48" X 5/8" Lay-in or equal.20 GAUGE HOLLOW STEEL WITH 1/2 GLASS: 1 EACH. The door(s) shall be 36"w X 84"h X 1 3/4" thick and shall be constructed of 20 gauge hot dipped galvanized steel, mill treated for proper paint adherence. The door shall have top and bottom channel of 16 gauge steel projection welded to door skins on no less than 2" centers. The top channel is to be flush while the bottom channel is to be inverted. The hinge preparations are to be 9 gauge steel reinforcements projection welded to the door skins in six places each. Hinge preparation is to be cut through the doors and provided with reversible filler plates to allow building site handling. Standard hinge preparation is to be 4-1/2" regular weight.134" hinge, conforming to ANSI A1567, three preparations. The door frame shall be 16 gauge single "rabbit" commercial quality steel. The frame shall be pre-mortised for application of matching hinges and striker set of the door. The door shall be supplied with all necessary hardware as to meet local and state code requirements. The door shall be fabricated as to include 1/8" tempered safety glass in the upper half. The window shall measure approximately 22"w X 36"h.PICTURE WINDOW: 5 EACH. Picture windows shall be nominal 38 wide X 3' high. They shall be installed 42" off the floor, glazed with 1/4" clear tempered glass, and shall be an integral part of the wall panel. The window shall be non-opening, and the entire window frame shall be painted in accordance with AAMA Specification 603.8.ELECTRICAL PACKAGE - CONCEALED: 1 EACH. The electrical package shall consist of junction boxes that are to be flush mounted in the binder post raceways with a tek screw. After the wiring is complete a painted cover plate will snap in place over the wiring. There shall be (1) wall switch prep, (4) duplex receptacle preps, (1) telephone/ communications prep (Empty raceways with phone and computer wiring and plates supplied by others), and (2) fluorescent fixtures (75 foot candles at desk height). This package shall meet NEC (current edition). Wiring is not included.AIR CONDITIONING. The air conditioner shall be 9,000 BTU's of cooling and 9,000 BTU's of heating. The unit shall be a through-the-wall type with panel preparation included. The unit shall be 230/208V, 60HZ, 20AMP CLIN #0011: INSTALLATION OF IN-PLANT OFFICE, TO INCLUDE REMOVAL OF ALL INSTALLATION DEBRIS AND PACKAGING MATERIALS; QUANTITY: 1 EA The items are required in support of the MSOB, MSOAG located at Marine Corps Base, Camp Lejeune, NC 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR.52.222-19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons, FAR 52-223-6 Drug-Free Workplace, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.233-1 Disputes, FAR 52.233-3 Protest After Award, F! AR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, DFARS 252.225-7001 Buy American Act.Clauses incorporated in full text: FAR 52-211.16 Variation in Quantity, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52-243-1 Changes - Fixed-Price, FAR 52.252-2 Clauses Incorporated by Reference, 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR websites: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Quotes shall be evaluated based on LPTA (lowest price technically acceptable). Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government, that is similar in scope to this requirement. The closing date for this solicitation is Friday, 30 July, 2010 at 1600 (4:00 pm EST). Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nancy.peterson@usmc.mil or fax to (910) 451-2332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700110Q0287/listing.html)
 
Record
SN02218835-W 20100729/100727235123-ed9ac252ecf2e7835b450d81ef208f45 (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.