Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

54 -- EQUIPMENT SHELTERS - Package #1

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ2000-12-02214DT
 
Archive Date
4/16/2012
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Standard Form 18 for shelters Drawing COMBINED SYNOPSIS/SOLICITATION Shelters (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMJ2000-12-02214DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 321992. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/: CLIN 0001, QTY 3, PORTABLE EQUIPMENT SHELTERS, 8 FT x 12 FT x 8 FT in accordance with the specifications including one Bard model W18A1-A05XPXXXN or equivalent air conditioner. CLIN 0002, QTY 1, PORTABLE EQUIPMENT SHELTER, 8 FT x 12 FT x 8 FT in accordance with the specifications, including one Bard model W18A1-A05XPXX3N or equivalent external wall mounted air conditioner (VI) Description of requirements is as follows: NOAA / Department of Water Resources 449 MHz Wind Profiler Electronic Shelter Specifications The National Oceanic and Atmospheric Administration/Physical Sciences Division 2 (NOAA/PSD2) is providing four 449 Megahertz (MHz) radar wind profiler (RWP) systems for use along California's west coast to establish a network of wind profilers for the California Department of Water Resources (DWR). This scope of work is for the equipment shelter for the four DWR systems. The first California Department of Water Resources system is planned for installation in late 2012, and three following systems for installation in 2013. See attached drawing. Specifications are given below: The shelter exterior shall have: 1. Exterior dimensional size of 8 feet deep, 12 feet wide, and 8 feet finished floor to ceiling interior height. 2. Corrosion resistant exterior construction to consist of fiberglass or rock aggregate. 3. Lifting points capable of lifting weight of shelter, one 300 lb. air conditioning unit, and 2000 pounds additional weight of interior equipment. 4. Sufficient floor support as to concentrate entire shelter weight on four 18-24 inch diameter concrete caissons. 5. Wind load specifications to withstand winds of 150 miles per hour. 6. Three foot by seven foot exterior door: 6.1. Swing of door To Be Determined. 6.2. Type 316 non-corrosive Stainless steel tamper resistant hinges. 6.3. Type 316 non-corrosive standard door and lock hardware. 7. Heavy duty, shock absorbing wind chain or crash stop, mounted to interior of door. 8. Awning above door. The shelter interior shall have: 1. Fiberglass or wood walls, floor and ceiling. Wood backed walls will have 2x4 inch wood construction, no less than 18 inches on center. Metal walls to have sufficient backing for hanging 50 lbs. 2. Vinyl tile flooring with cove base. 3. Wall and ceiling insulation of R-11 minimum. 4. Radio Frequency Interference (RFI) Shielding of Electrodag RFI spray coating or 16 x 16 x.011 copper mesh. Copper mesh shall be installed on both sides of walls, floor and ceiling. All seams are to be overlapped by 2 inches and skip welded with solder a minimum of every 12 inches. Four 2 inch minimum copper conductor ground straps are to be soldered to mesh in building corners and extended out past skid 4 feet. Mesh is to be tied in two places to master ground bar described below with #2 stranded copper conductor wire. Environmental: 1. Three shelters will require one, Bard model W18A1-A05XPXXXN or equivalent external wall mounted air conditioner. Match color or finish of air conditioner to exterior of building. 2. One shelter will require one Bard model W18A1-A05XPXX3N or equivalent external wall mounted air conditioner. SEE CLIN 0002 ABOVE. 3. Thermostat. Electrical: 1. 120/240 Volt Alternating Current (VAC) single phase, 60 Hz operation. Surge protector, Joslyn model number 1265-85-MN or equivalent. Minimum 100 Amp load center. Minimum 24 circuit capacity with 20 amp breakers. Exterior mounted fused service disconnect switch. All wiring to be in ½" or 3/4" Electrical Metallic Tubing (EMT) surface mounted. 2. All duplex outlets on dedicated circuits. One Ground Fault Circuit Interrupter (GFCI) waterproof exterior 5-15R duplex outlet. One L5-30R outlet. Ten L5-20 Duplex outlets. 3. GFE supplied automatic transfer switch for generator. 4. Three exterior dual bulb flood lights. 5. Three dual bulb 40 watt 48 inch fluorescent light fixtures with diffusers. 6. Heat detector, 120 VAC operated, with Normally Open (NO) and Normally Closed (NC) dry contacts, mounted on ceiling center. Interior Grounding: 1. Master ground bar, approximately 4 inches high by 12 inch wide by 1/4 inch thick, with ground tail exothermically welded to bar, connected to exterior ground bar via #2 or better conductor. Exterior Grounding: 1. Grounding points on all corners needed if shelter is mounted to and grounded on steel skid. 2. Master ground bar, approximately 4 inches high by 12 inch wide by 1/4 inch thick, with ground tail exothermically welded to bar, connected to interior ground bar via #2 or better conductor. Cable Entry: 1. One cutout to accommodate Microflect/Valmont 2 x 3 waveguide entry panel, part number B1449. Grounding pigtail to be tied to master grounding bar. 2. Three, 2 inch Polyvinyl chloride (PVC) pipe entries, protruding 2 inches from outside wall, and flush with inside wall. 3. Two, 1 inch PVC conduit pipe entries, protruding 2 inches from outside wall, and flush with inside wall. 4. One, 1-½ inch threaded galvanized pipe entry, protruding 2 inches from outside wall, and flush with inside wall. (VII) Delivery shall be FOB Origin to 2685 Erie Parkway, Erie, CO 80516. First unit to be delivered by June 1, 2012 with remaining 3 units required on or before September 7, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offers are instructed to provide descriptive literature including photos for a similar project, capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and past performance references. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1. A proven record of successful completion of a similar project as described in your descriptive literature, photos and your capability statement. 2. Past performance references, including company name, contact person's email and phone number. (Make sure you supply current information) 3. Drawing of proposed building. 4. Price. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2012) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (25) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (31) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (34) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (37) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (Aug 2000) Terms and Conditions incorporated in full text: 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. MDT on April 12, 2012. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303-497-3163 and email address is doris.p.turner@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Doris Turner, Purchasing Agent; Email address: doris.p.turner@noaa.gov or Fax: 303-497-3163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ2000-12-02214DT/listing.html)
 
Place of Performance
Address: 2685 ERIE PARKWAY, ERIE, Colorado, 80516, United States
Zip Code: 80516
 
Record
SN02714616-W 20120407/120405234922-a340a24fa73480bb4e8fb0c9ddb1bdb3 (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.