Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

55 -- STORAGE SHED SUPPLY AND INSTALLATION

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-GCC, 600 Thomas Avenue, Fort Leavenworth, KS 66027-1389
 
ZIP Code
66027-1389
 
Solicitation Number
DABT19-02-B-0016
 
Point of Contact
Arnold Payne, 913-684-1627
 
E-Mail Address
Email your questions to US Army Combined Arms Center and Fort Leavenworth
(paynea@leavenworth.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL 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; PROPOSALS ARE B EING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. The solicitation # DABT19-02-B-0016 is a Invitation for Bid (IFB), a Full and Open Competition Action. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 and DFARS Change Noti ce 20020531. The North American Industry Classification System (NAICS) code for this procurement is 321992 and the Small Business Size is 500. The Standard Industrial Classification (SIC)code is 2452. The Directorate of Contracting Office Fort Leavenwo rth, Kansas has a requirement for a contractor to supply and install storage sheds a minimum of 200 units and a maximum of 348 units at designated quarters on Fort Leavenworth, Kansas. These Sheds will be nominal size of 6 x 8 x 8, conventional wood const ruction. These sheds may be built on site or delivered complete and set on the building site. The building Specification are as follows: Size, nominal 6ft. x 8ft. foot print, 8ft. tall at the roof ridge. Wall framing, 2 x 4 wood framing lumber, premium cut No. 2 & better, 16 O.C. Top & bottom plates, 2 x 4 wood framing lumber, premium cut No. 2 & better. Floor joists, 2 x 4 pressure treated, 12 O.C., Floor, ? pressure treated yellow pine plywood, grade BC, Building to be constructed on two 4 x 4 pressure treated skids, 8ft. long, 36 O.C., Doors, (2) 24 x 72 mating with 72 continuous aluminum hinge, 2 x 4 w ood frame, 1 x 4 exterior trim with barn door pattern, metal threshold and lockable latch, Exterior siding, premium plywood, 5/8 x 4 x 8 , with grooves 4 O.C. Provide 6 roof overhang on all four sides with enclosed soffit and 6 fascia board. Trim corne rs and door opening with 1 x 4 , wood, premium cut No. 2 & better. Roof material, 25yr. Guarantee, three tab composition shingles, color to compliment building paint color, w/ 15# felt underlayment and aluminum drip edge. Roof sheathing, OBS rated, ? com pressed wood strands bonded by phenolic resin. Roof trusses, 2 x 4 wood framing lumber, premium cut No. 2 & better, 16 O.C. Roof ridge, 2 x 4 wood framing lumber, premium cut No. 2 & better, 16 O.C. Provide gable vents on each end of the building. All exterior surfaces to receive (1) prime coat and (2) finish coats of premium quality exterior latex paint, color, medium brown, to be selected by the Contracting Officer. No on-site painting will be all owed if the ambient daytime temperature is less than 45 degrees F. The contractor shall be responsible for repairing any ground or property damaged by his equipment. In accordance with Clause 52.217-2040, Contract Period, the date of the award thru 365 d ays. The FAR Clause 52.211-9 Desired and Required Time of Delivery (30 days after receipt of delivery order). Bids will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on contractors Price. The Government anticipates awarding one purchase order resulting from this combined Synopsis/Solicitation to the responsible contractor whose bid, conforming to this Synopsis/Solicitation, will offer the Best Price to t he Government, price and other factors considered. Contractors shall address all requirements in this combined Synopsis/Solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government?s specifi cations of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor?s taking exception to it. All contractors are to include with their bids, a completed copy of provision 52.21 2-3, Offerors Representations and Ce rtifications-Commercial Items, which may be downloaded from www.leavenworth.army.mil/doc/ Department of Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.212-7000 Offeror Representations and Certifications-Commercial Items www.leaven worth.army.mil/doc/ and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting, a. The offeror is requested to enter its CAGE code on its offer in the block with its name and address. The CAGE code entered must be for that name and address. Enter ?CAGE? before the number. DFARS clause 252.247-7023, Transportation of Supplies by Sea and Alternate III. The following Federal Acquisition Regulation (FAR) provision applies to this Solicitation: 52.212-1, Instructions to Offerors-Commerical, the Clause 52.211-16 Variations in Quantity (25%). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-C ommercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52 .222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (18)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-15, Sanctioned European Union Country End Products; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.arnet.gov . FAR clauses 52.2222-41, Service Contract A ct of 1965, interested vendors may call to obtain a copy of the current wage rates. FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act- Price Adjustment, In accordance with Fa r Clause 52.216-1, The Government contemplates award of a fixed price Requirements Type contract with a guaranteed minimum resulting from this solicitation. All interested, responsible firms should submit offers (Original Plus One Copy of Bid and Enclosur es), by 2:00 P.M., Central Standard Time, on September 27, 2002, to ATTN: Arnold Payne, Directorate of Contracting, 600 Thomas Avenue Unit #3, Ft. Leavenworth, KS 66027-1417. Faxed Bids Will NOT be accepted. Please note that any amendments to this Solic itation shall be processed in the same manner as this Synopsis/Solicitation. Bidders are encouraged to use the Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr2000.com) prior to the award of any Government Contract in accordance with FAR 252.204-7004. Inquiries may be faxed to (913) 684-1610. This announcement serves as the Solicitation, all responses must be sent in hardcopy with the Solicitation/Quotation Number visible to: Directorate of Contracting, 600 Thomas Avenue Unit #3, Ft. Leavenworth, KS 66027-1417. The following items are additional clauses associated with this project 52.217-4041 Access, a. Subject to military security regulations, the Government shall permit the contractor access at all reasonable times to Government-furnished facilities, provided that if by reason of military necessity the Government is unable to permit access, the Government, at its own risk and expense, shall maintain these facilities during the period of non-access, unless the service failure results from the Contractor's fault or negligence. b. During periods when the Contractor access is not permitted, cost attributable to loss of or damage to the equipment due to the fault or negligence of the Government, shall be reimbursed to the Contractor at mutually acceptable rates. Failure to agree shall be a dispute concerning a question of fact within the meaning of the Disputes clause o f this contract. 52.214-34 Submission of Offers in English, 52.214-35 Submission of Offers in U.S. Currency, 52-253-1 Computer Generated Forms, 52.233-2 Service of Protest, Protest as defined in section 33.101 of the Federal Acquisition Regulation, that ar e filed directly with an agency and copies of any protest that are filed with the General Accounting Office (GAO) shall be served on the Contracting Officer by obtaining written and dated acknowledgement of receipt from Directorate of Contracting, 600 Thom as Avenue Unit #3, Ft. Leavenworth, KS 66027-1417. The copy of any protest shall be received in the office designated above within one day of filling a protest with the GAO. 52.217-4013 Basis for Award Only one award will be made as a result of this so licitation. Bids submitted for less than the estimated quantities shall be rejected. Award will be made in the aggregate to the low responsive, responsible bidder whose bid, conforming to the Invitation for Bid, is most advantageous to the Government, co nsidering only price and price-related factors. 52.217-4006, Required Insurance Coverage, In accordance with FAR Clause No. 52.228-5 entitled Insurance Work on a Government Installation the Contractor's insurance coverage shall include the following types with the minimum amounts of liability indicated herein. TYPE MINIMUM AMOUNT a. Workmen's Compensation and Employer's $100,000 Liability b. Comprehensive General Liability $500,000 (Bodily Injury) Per Occurrence c. Comprehensive Automobile Liability $200,000/$500,000 (Bodily Injury) Per Occurrence $20,000 (Property Damage) Per Occurrence
 
Place of Performance
Address: US Army Combined Arms Center and Fort Leavenworth ATTN: ATZL-GCC, 600 Thomas Avenue Fort Leavenworth KS
Zip Code: 66027-1389
Country: US
 
Record
SN00161434-W 20020911/020909213623 (fbodaily.com)
 
Source
FedBizOpps.gov 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.