Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
MODIFICATION

56 -- Detroit Metropolitan Airport (DMA) -Waiting Lounge - Amendment 2

Notice Date
9/21/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
PR0020065411
 
Archive Date
10/7/2011
 
Point of Contact
Monifa Coleman, Phone: 2023442688
 
E-Mail Address
Monifa.Coleman@dhs.gov
(Monifa.Coleman@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
PR0020065411 QUESTION AND ANSWER PART 2 ****************************AMENDMENT A00002*************************** THE PURPOSE OF THIS AMENDMENT IS TO DO THE FOLLOWING: 1. PROVIDE AN ANSWER TO A QUESTION AS ATTACHMENT LABELED: PR0020065411 QUESTION AND ANSWER PART 2. 2. NO ADDITIONAL QUESTIONS WILL BE ACCEPTED AT THIS TIME. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ************************************************************************** *****************************AMENDMENT A00001*************************** THE PURPOSE OF THIS AMENDMENT IS TO DO THE FOLLOWING: 1. PROVIDE ANSWERS TO QUESTIONS AS ATTACHMENT LABELED: PR0020065411. 2. PROVIDE THE FLOOR PLAN LAYOUT FOR THE SOW AS ATTACHMENT LABELED: FLOOR PLAN LAYOUT FOR PR0020065411. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-53. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code: 236220, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This is a full and open procurement using Federal Business Opportunity (FedBizOpps). It is the Offeror's responsibility to monitor FedBizOpps for any amendments for the RFQ. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), at the Detroit Metropolitan Airport (DMA) in the McNamara Terminal, has a need to have a DMA Waiting Lounge built in the free space provided by Delta Airlines. STATEMENT OF WORK Background: This Waiting Lounge will be for the low risk traveler who is refused admission to the United States and has to be sent back to their country of origin. In the past, these travelers had to be guarded at all times and were not allowed to freely roam the airport. This new Waiting Lounge will allow these travelers to be in one location and will reduce the need for additional manpower. This project is in McNamara Terminal at the Detroit Metropolitan Airport. This Terminal is owned by the Airport Authority but completely operated and managed by Delta Airlines. The space for the new Waiting Lounge is currently allocated to CBP as free space. Scope: Construct approximately 1,600SF of space to be utilized as a Waiting Lounge that will have a Unisex Toilet Room and a Pump/Janitor Room. CLIN: 0010 Work to includes the following: •1. Walls (metal studs and drywall): •a. Wall framing to be 9'-0" AFF and braced accordingly. 5/8" gypsum drywall on the Waiting Lounge side. •2. Acoustical Ceiling: •a. Waiting Lounge & Unisex Toilet will have a 2 X 4 lay-in acoustical grid and tile at 8'-0" AFF. •b. Pump/Janitor Room will not have a ceiling •3. Doors, Frames and Hardware: •a. Install three (3) new doors and HM door frames. Doors to be alarmed and have electronic controls •b. Change the swing on existing door. •4. Millwork: •a. Kitchenette - 8' long base and upper cabinets with countertop •b. Cabinets - Plastic laminate open cabinets w/3'-0" dividers for luggage and coats. Height = 5'-4", Depth = 2'-6" •c. Counter - Plastic laminate counter. Dimensions: Height = 3'-4", Depth = 2'-6", & Length = 8'-0" •5. Glass & Glazing: a. New window (6' x 6') with tinted vision glass. •6. Finishes: •a. Walls - paint all walls except for ceramic tile on wet wall of Unisex Toilet •b. Flooring - Carpet in Waiting Lounge, ceramic tile in Unisex Toilet, sealed concrete floor in Pump/Janitor Room •7. Toilet Accessories •a. Grab bars, soap dispensers, toilet paper dispensers, paper towel holder and changing station. •8. Electrical: •a. Provide 2 x 4 lay-in light fixtures (approx. 25 in the Waiting Lounge and 2 in the Unisex Toilet) and chain hung lights in the Pump/Janitor Room. •b. Provide 15 duplex receptacles including floor conduit for 2 duplex receptacles. •c. Security including duress alarms and CCTV. •9. Plumbing: •a. Provide sink, faucet and necessary water piping and underground piping for the Kitchenette. •b. Provide sink, faucet, toilet and necessary water piping and underground piping for the Unisex Toilet including items in the Pump/Janitor Room •10. Mechanical: •a. Provide ductwork, returns, registers and diffusers for adequate heating and cooling of space. FOB : Destination U S Customs and Border Protection 2596 World Gateway Place Romulus, MI 48242 PERIOD OF PERFORMANCE : 30 DARO EVALUATION AND AWARD : Award. The Government intends to evaluate proposals and, if necessary conduct discussions with all responsible offerors within the competitive range. The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and award may be made to other than the lowest priced or the highest technically rated offer. Relative importance and trade-offs. The Government will base the determination of best value on performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. Technical factors are significantly more important than price. It is pointed out, however, that should technical competence between offerors be considered approximately the same, then price could become primary. CBP will base its award decision using a best value analysis that results in the most advantageous acquisition for the government. CBP's acquisition strategy used to obtain best value may result in an award to other than the lowest priced, technically rated offeror. Best value analysis spans a continuum from the technically acceptable proposal to those proposals in which tradeoffs between price, past performance, and each offeror's technical solution is evaluated. QUESTIONS DUE: All questions are due, via email to: Monifa.Coleman@dhs.gov, no later than 3:00pm, EST on: September 20, 2011. QUOTATIONS DUE : All quotations are due, electronically via email, no later than 10:00am, EST on: September 22, 2011. PROVISIONS and CLAUSES : The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33, FAR 52.222-6, FAR 52.222-13, FAR 52.222-12. Clauses and provisions are incorporated by reference and apply to this acquisition. Questions to this notice must be sent via email to: Monifa.Coleman@dhs.gov. No phone calls will be received for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR0020065411/listing.html)
 
Place of Performance
Address: 2596 World Gateway Place, Romulus, Michigan, 48242, United States
Zip Code: 48242
 
Record
SN02586784-W 20110923/110922000708-29e7438a1dde09b3ac6f8024d4fbb193 (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.