Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

54 -- PRE-ASSEMBLED FIBERGLASS EQUIPMENT SHELTERS

Notice Date
January 5, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command -- Pacific, Coast Guard Island, Building 54A, Alameda, CA, 94501-5100
ZIP Code
94501-5100
Solicitation Number
DTCG89-01-Q-612310
Response Due
January 19, 2001
Point of Contact
Terry Craft, Purchasing Agent, Phone 510/437-3004, Fax 510/437-3014, Email tcraft@d11.uscg.mil -- Vic Krusi, Chief Warrant Officer, Phone 510/437-2735, Fax 510/437-3014, Email vkrusi@d11.uscg.mil
E-Mail Address
Terry Craft (tcraft@d11.uscg.mil)
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. The Request for Quotation number is DTCG89-01-Q-612310 and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. This solicitation is set-aside 100% for small business. The SIC Code is 5039/NAICS Code 444190. The small business size standard is $5 million annually. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following item: General Description: Pre-assembled fiberglass equipment shelter, designed to house and protect electronics equipment from inclement weather and vandalism. These shelters will be installed by the Government at remote rural locations, and must be able to withstand severe wind, rain, snow, and icing. Shelter Quantity and Dimensions: Two (2) each shelters with dimensions of 8 feet wide by 10 feet long. The interior height of the shelters must be approximately 8 feet. Walls and Roof: The four walls and roof shall be a fiberglass outer shell, molded as one piece without any joints or seams. A door shall be a standard size of approximately 30" wide by 6 feet tall, and constructed of the same materials as the dome, with a continuous weatherproof seal. All hinges and door hardware must be stainless steel. The walls shall be designed to survive 150 miles per hour wind load. The roof shall be designed to withstand 70 pounds per square foot snow load. The walls shall have an insulating value of at least R-7, using a fire retardant material. The inner and outer fiberglass shells shall have a gel-coat color finish (white). Floor: The shelter must be provided with a floor. The minimum floor-loading requirement is 200 pounds per square foot. The floor shall be insulated with a thermal resistance of at least R-7. The floor shall be attached to the walls and sealed all the way around. The interior surface of the floor shall be finished with a vinyl floor covering (12 inch square tiles or 1 piece is acceptable). The shelter floor shall be attached to full-length steel skids, for installation in the field on a concrete pad. All steel shall be hot-dip galvanized. Steel lifting points are required for hoisting. Electrical: The shelter shall be delivered with basic electrical service installed, including a 100A 12-circuit 120/240 panel with power entry for underground service, duplex receptacles, and overhead lights installed per NEC requirements for NEMA-1 service. All wiring shall be in conduit or cable raceways. Heating and Ventilation: The shelter shall have a ventilation system included which has a 10" thermostat-controlled exhaust fan with shutter intake and fiberglass hood and filter, and a 10" gravity air intake with fiberglass hood and filter. The shelter shall also have a 500W thermostat-controlled baseboard heater installed with all wiring. Ground System: The shelter shall have a halo ground system or grounding bar installed. SHIPPING/DELIVERY: Item to be delivered to Ketchikan, AK. AWARD: This purchase will be based on the following criteria: Lowest price for item that meets or exceeds specifications. Contractors shall provide detailed literature on the product they are offering. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of FAR 52.213-3, Alt I, FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies (41.U.S.C. 10a-10d) and FAR 52.232.34, Payment by Electronics Funds Transfer -- Other than Central Contractor Registration(31 U.S.C. 3322). The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on January 19, 2001, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-4), Bldg. 54-A, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Terry Craft or faxed to (510) 437-3014, Attn: Ms Terry Craft. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms. The following notice is for informational purposes: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit of $500,000 with interest at the prime rate. For further information and application forms concerning STLP, call (800) 532-1169. Internet address:
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=DTCG89-01-Q-612310&L=498)
Record
Loren Data Corp. 20010109/54SOL003.HTM (D-005 SN50A2A9)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com