Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911

Contracting Officer, USCG Civil Engineering Unit, 15608 S.W. 117th Avenue, Miami, FL 33177-1630

54 -- MODULAR BUILDINGS SOL DTCG82-97-R-3WC106 DUE 090297 POC Pat Dixon, (305) 278-6725. (II) This combined Synopsis/Solicitation is issued as an INVITATION TO BID (IFB). (III) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC 90-45. (IV) This combined/solicitation is under the Small Business Set-Aside Program. The standard identification code (SIC) is 7519, size standard of $5.0. (V, VI, VII) Provide all materials, labor and equipment to deliver, setup, breakdown and ship away Three (3) Trailers with associated steps, appliances and equipment as specified. These trailers shall be available for use for a base period of four (4) months with the option to extend the Rental period for an additional two (2) months. During the performance of this work, the contractor shall be guided by and conform to the requirements of NFPA, NEC 1993 and Southern Building Code. Submit shop drawings of the three trailers showing floor plans with applicable dimensions, proposed location, layout and arrangement of appliances and equipment, accessories and piping and other items that must be shown to ensure a coordinated installation. Drawings shall be a minimum of 8.5" x 11" in size. SPECIFICATIONS: Trailers will be approximately 12' wide x 48' long. Stairs shall be provided at every entry to each trailer. Interior colors, exterior colors and flooring will be chosen after award from the supplier's standard selection. (A) Two (2) trailers will have a floor plan compatible for use as temporary berthing. The floor plan must accommodate 6 government furnished beds that measure 6-1/2'long x 3-1/2' wide and 6 government furnished 18" wide x 18" deep metal lockers. Each trailer must have a minimum of one standard bathroom with 1 lavatory, 1 toilet and 1 shower. Each trailer shall have a hot water heater suitable for supplying hot water to lavatories and showers. (B) One (1) trailer will be used as a crew lounge and dining room. The trailer shall have a kitchen area complete with sink, two standard sized refrigerators/freezers, stove with hood vent and suitablecountertop space for meal preparation. This trailer shall have open floor area a minimum of 20' long which will accommodate tables and chairs for eating. AIR CONDITIONING: 3-ton air conditioner with minimum Ten KW heat; Air supply air registers shall be sized for room space; Vent fans shall be ducted to the exterior; HVAC equipment shall be equipped with outside fresh air intakes providing 20 cfm for each occupant (6-10 persons). PLUMBING: Supply piping shall be PVC on cold water and CPVC on hot water lines; Waste water piping shall be PVC; All plumbing fixtures shall have separate shutoff valves; Water closets are tank type and urinals are flush tank type. ELECTRICAL: All circuits and equipment shall be grounded in accordance with appropriate articles of the National Electrical Code; HVAC equipment shall be provided with readily accessible disconnects adjacent to appropriate water heater. EXTERIOR: Walls shall be 29 GA Steel, High Rib Steel with moisture protection; Roof shall be 30 GA Galv Metal; Suitable steps shall be provided for access into each doorway. INTERIOR: Walls shall be 8' in height; Ceilings shall be 1/2" x 24" x 48" acoustical ceiling tile; Restrooms 1/2" pre-finished typsum board; Walls 3/8" vinyl covered typsum board; 1/8" block tile at restrooms, kitchen and break area with 20 oz carpet elsewhere; Smoke detectors and portable fire extinguishers shall be provided in each trailer to ensure adequate coverage. PHONE: USCG may install wall mounted jacks on interior walls. SETUP: Trailers shall have tires removed and blocked to lowest possible height; Setup shall include hurricane tie downs; Electrical and plumbing service hookup to trailers to be performed by USCG. BREAKDOWN AND SHIP AWAY: Contractor shall be responsible for breakdown of trailers and clean-up at the end of rental period. WARRANTY: Contractor will be liable for any/all discrepancies or deficiencies existing in the trailers, equipment or furnishings during the warranty period. LOCATION OF SITE: Adjacent land 500-750 feet East of USCG Station Tybee, Highway 80, Fort Pulaski National Monument, Cockepur Island, GA. DELIVERY DATE: Thirty (30) days after acceptance of order. (VIII) FAR provision 52.212-1 Contract Term and Conditions Commercial Items (Oct 95) is incorporated by reference. The following clauses are incorporated, FAR 52.233-2 Service of Protest (Oct 1995), FAR 52.217-5 Evaluation of Options (Jul 1990), FAR 52.232-15 Progress Payments not included (April 1984). (IX) FAR provision 52.212-2 Evaluation -- Commercial Items does not apply, award will be made to the lowest price. (X) Bidders shall complete FAR 52.212-3 Offerors Representative and Certifications -- Commercial Items (dun 1996) and submit it with their bid. (XI) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items hereby apply to this solicitation. FAR provision 52.214-4 includes an addendum incorporating additional clause. (XII) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items hereby applies to this acquisition, FAR 52.203-6 Restriction on Subcontractor Sales to Government-Alternative I, FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, FAR 52.219-9, Small Business Disadvantage and Women Owned Small Business Subcontracting Plan, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era. NOTICE TO OFFERORS: Reference is made to enclosure (1) of COMDTINST 4200.49 -- It is the policy of the Coast Guard to issue solicitation and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve investigate issues raised by prospective offerors and resolve them, where possible, without expensive and timely consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting office is unable to satisfy the concerns, the offeror should contact the Coast Guard solicitation Ombudsman at: Commandant (G-CPM-S/3), 2100 Second Street, SW., Washington, DC 20593. Telephone (202) 267-2285, FAX (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, contracting officer and solicitation closing date. (Note: Interested minority and women owned businesses may want to investigate the Department of Transportation's short loan program. For further information and applicable forms, please call (202) 366-2852). SUBMISSION OF BIDS: All responsible sources may submit a bid, which will be considered by this agency. Closing date and time for receipt of offers is September 2, 1997, 3:00 p.m., Eastern Standard Time. Facsimile offers are acceptable and may be forwarded to (305) 278-6704. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit, 15608 S.W. 117th Avenue, Miami, FL 33177-1630. All bids shall be clearly marked with the bidder's name and solicitation number. (0226)

Loren Data Corp. http://www.ld.com (SYN# 0268 19970818\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page