Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

E -- Purchase and install Overhead Storage Platform

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0515
 
Archive Date
9/4/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0516. This solicitation documents incorporates provisions and clauses that are in effect through FAC 2005-38, dated 01 Feb 2010 and DFARS Change Notice 2009-00009. The DPAS Rating for this solicitation is DO. S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332311, the Small Business Standard is 500 Employees. This requirement is 100% Small Business. The DPAS rating for this solicitation is DO. The Naval Special Warfare Group 4 requests responses from qualified sources capable of providing: Item 0001: Purchase and Install an overhead storage platform in the Air Operations building number 120 at Naval Special Warfare Group Four, 2220 Schofield Road, Virginia Beach, VA 23459. Performance shall be in accordance with the Statement Of Work provided below: This requirement is FOB Designation. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2008). The following clauses are applicable to this solicitation:, 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Designation (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) (DEVIATION), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), and 252.243-7001 Pricing of Contract Modifications (Dec 1991). Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 pm hours (Eastern Standard Time) on 20 AUG 2010. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. Statement of Work Overhead Platform Storage System •1.0 Project Overview 1.1 Provide and install an overhead storage platform in the Air Operations building number 120 on the Naval Special Warfare Group FOUR compound. 2.0 Detailed Task Descriptions: · The overall length of the storage platform shall be 73 feet in length (columns at 16.00, 12.50' centers) and width L-Shaped (columns at 17.94, 18.50' centers). Total area of platform storage is 1324 square feet. •· The deck surface must be 18 GA roof deck and must be rated for heave jack loads with a capacity of 150 pounds per square foot. The overall clearance height must be a minimum is 11 feet with a top deck height of 12 feet 5 inches. •· The platform support shall be provided by structural steel column tubes meeting ASTM A500 Grade B, 46 KSI yield requirements. Perimeter columns shall be a minimum 6" x 6" x 1/4" tube with approximately 21" x 21" base plates. •· The framing members shall be minimum 12 gauge, cold formed "C" channels meeting ASTM A572 Grade E, modified to 50 KSI yield requirements and designed per AISI steel codes. All framing members should be supported directly on column tops or in factory welded hangers for maximum stability. •· The Interior columns shall be a minimum 6" x 6" x 1/4" tube with approximately 12" x 12" base-plates. Support shall not be provided by building walls or columns and cross bracing should not be required for lateral stability. •· The hand railing must be rated to meet OSHA requirements and compliance. All railings must be removable to facilitate future expansion. •· The contractor shall install two stairways, one at each end of the platform. Each stairway shall have a access way of 37 inches in width with a 4 foot by 4 foot landing at the top to include safety handrails for OSHA compliance. •· The contractor shall install 28 lights (110 Volt 8'L two lamp) T-8 light fixtures with metal cage to protect the lamps installed under the storage platform. Lights must be installed to allow the required foot candles of a minimum of 120 to 140. Lights must be supported to allow the proper vertical height as well foot candle output over top of the existing work stations. All work is to be done in accordance with the NEC, and all copper wiring shall be concealed in E.M.T. conduit. •· All lights shall be installed over top of work stations shall be operated from two switches, one at each end of the storage platform. The lights over top of the office space shall be operated from a separate switch located within that general area. All lights, switches, etc. shall be prewired and the Electrician shall provide a tie in junction box located outside the storage platform for others to tie into. The government will be responsible for contacting Public Works Department for the proper electrical hookups. •· The platform system shall be designed for a uniform load of 150 pounds per square foot and shall meet all requirements of OSHA codes. An independent third party must inspect the platforms after installation to insure they are built according to the manufacture's specifications as in accordance with the certified engineer's design criteria. •· Platform components shall be powder coat painted gray in color. A minimum of 14 paint colors will be provided to choose from. •· The platform system may butt up to existing building walls. It may also be necessary to work around existing building columns and other obstructions as necessary to complete the installation. •· The installation crew must be trained and certified as well have training in forklift operations safety. •· All work shall be accomplished on the first shift, Monday - Friday, with a minimum of eight hours of full access/day. Work is to be a onetime installation with no phasing of work. •· All trash is to be disposed of by installers in government on-site dumpster. •· The government will clear all work areas as needed to complete to facilitate the installation. •· The installation company must provide all required lift equipment associated with the work. Due to door height restrictions, forklifts cannot be used inside of the space* •· The Government is responsible for unloading materials off flatbed truck and staging at install site until the installation. 3.0 Place of Performance: Work shall be performed at contractor's facilities. Contractor facilities must be within Hampton Roads/Tidewater region of Virginia 4.0 Government Furnished Equipment (GFE): None. 5.0 Hazardous Material Use, Handling, or Disposal: The Contractor shall comply with all Federal, State, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order. 6.0 Classified/unclassified Data: Minimum Protection Requirements for Controlled Unclassified Information : Security classification guides (OPNAVINST 5513 series) and unclassified limited documents are not authorized for public release and, therefore, cannot be posted on a publicly accessible web server or transmitted over the Internet unless appropriately encrypted. **To ensure material contract requirements and specifications are met, the contractor shall allocate fees, if needed in their proposal for professional engineered stamped drawings and load calulations for the storage platform and column spans.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0515/listing.html)
 
Place of Performance
Address: Naval Special Warfare, Special Boat Team Twenty, 2220 Schofield Road, Virginia Beach, VA 23459., Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02230608-W 20100807/100805235738-0eea7aac15a780a231310b3306da92b7 (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.