Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27, 2001 PSA #2839
SOLICITATIONS

54 -- PREFABRICATED PORTABLE BUILDINGS

Notice Date
April 25, 2001
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
ZIP Code
30341-4146
Solicitation Number
Reference-Number-CAN2302
Response Due
May 15, 2001
Point of Contact
Berta Hollenberger, Contract Specialist, Phone 770-488-2643, Fax 770-488-2670, Email boh9@cdc.gov
E-Mail Address
Berta Hollenberger (boh9@cdc.gov)
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. CAN2302 is being issued as a request for quotes (RFQ). RFQ CAN2302 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)97-23. The associated NAICS code is 332311 and the small business size standard is 500 employees. The Centers for Disease Control & Prevention requires supply delivery and installation of 200 each prefabricated, portable building facilities at various clinics, hospitals and other health-related facilities throughout Botswana. These buildings shall be of sufficient strength and durability so that they can be moved on flat bed trailers from place to place. Installation involves placing the buildings on concrete pads and leveling with support jacks. Each portable building shall be 6m X 3m (exterior) metal, and shall be comprised of two equally sized rooms with and inside doorway between the two rooms. Each room shall include its own respective outside door, steps for each door, slabs, a window for each room, lights, air conditioning, and electrical connections. Materials used to construct the roof, ceiling, sidewalls and floors will meet or exceed all applicable Botswana Building Standards. Appropriate insulation shall be used in the ceiling, roof and sidewall construction. The floor covering shall be vinyl and appropriately fixed to the sub-floor. Each portable building shall be wired for connecting to 220 volt supply in accordance with SABS 0142:1987. There are no plumbing requirements involved. The contractor shall deliver and install the buildings at different sites in Bostwana. Sites range in significant distances across Bostwana, e.g., from Kasane to Ghanzi to Maun. Units shall be transported on flatbed trailers or vehicle and require abnormal load permits for transportation due to portable building's width. Installation includes leveling and supporting the unit on concrete pads or support jacks and connection to electricity, lights and air conditioning. The contractor shall complete the work within 6 months from date of receipt of notice of award. FAR provision FAR 52.212-1, Instruction to Offerors -- Commercial Items apply to this RFQ. The following FAR clauses apply: 52.212-2, Evaluation -- Commercial items (with the following evaluation criteria: (a)Compliance with product requirements, (b) Past performance and (c)Price. (Compliance with product requirements and past performance are significantly more important than price.) Notwithstanding paragraph h, Multiple Awards, under provision 52.212-01 of this RFQ, CDC may elect to award a single contract or multiple award contracts. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (with addendum incorporating FAR 52.232-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information (The designated office is: CDC, Attn.: Financial Management Office; P.O. Box 15580; Atlanta, GA 30333; Tel.: (404) 687-6666); and FAR 52.247-35, F.O.B. Destination, Within Consignee's Premises. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, with the following cited FAR clauses applicable: FAR 52.203-6,Restrictions on Subcontractor Sales to the Government, with Alt. I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52-222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.225-5, Trade Agreements Act; FAR 52.225-13, Restriction on Certain Foreign Purchases, and FAR 52.232-34, Payment by Funds Transfer -- -Other than Central Contractor Registration. All quoters shall include with their quote a descriptive literature of the portable building being offered, price per building including supply, delivery and installation, and a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. (Failure to include descriptive literature may cause rejection of the quote.) All FAR clauses and provisions can be obtained at: www.arnet.gov/far/facsframe.html. The Defense Priorities and Allocations System (DPAS) does not apply. Quotes are due at 2:00 PM (local time), March 15, 2001 to the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Contracts Management Branch, 2920 Brandywine Road, Atlanta, GA 30341-4164. Facsimile proposals are not authorized. Quotes received after the time and date set for receipt of quotes will not be considered for award.*****
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-CAN2302&L=2965)
Record
Loren Data Corp. 20010427/54SOL001.HTM (D-115 SN50K2F7)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on April 25, 2001 by Loren Data Corp. -- info@ld.com