Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

Y -- Horning Seed Orchard Pole Building - Salem District, Oregon

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM OREGON STATE OFFICE PO BOX 2965 PORTLAND OR 97208
 
ZIP Code
97208
 
Solicitation Number
HAQ023040
 
Point of Contact
Thomas L. Fulton Procurement Clerk 5038086210 or952mbWor.blm.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The HAQ023040 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-07. The North American Industry Classification System (NAICS) code is 332311, with a small business size standard of 500 employees. This procurement is set aside for small business concerns. This will be a firm fixed-price contract. TECHNICAL SPECIFICATIONS: Item 1 - Furnish and install a 40 foot wide by 96 foot long by 16 foot eve height pole structure for storage of native species seed, equipment and materials in accordance with standard industry practices. The installation site is the Horning Seed Orchard, 27004 W. Sheckly Road, Colton, Oregon and is to be located north of the existing greenhouses on an existing graded and graveled pad. A project location map, building diagram, and location of building in relationship to present site buildings is available at http://www.or.blm.gov/procurement/solicitations.htm or request at 503-952-6218. Front (south) side of structure shall have six 10-foot wide by 14-foot high doors framed and installed and the remaining portion shall be sided. Structure shall have ends and back siding. Front side shall also include two 3-foot wide by 6'8" tall personnel doors framed and installed. Thresholds shall be supplied but not installed. The front shall also have two windows, approximately 3 feet high and 4 feet long. See building diagram for approximate locations of doors and windows. Columns shall be set on 5' deep, concrete-filled holes bored into the ground. Grade will be established prior to installation. Factory painted roof, siding, and trim. Roof and trim color shall be white and siding shall be dark red. The Government will select colors from Contractor-provided color samples. Metal thickness shall be a minimum of 29 gauge. Machine Stress Rated lumber for truss and purlin material shall be used. Utilize pressure treated wood columns. Provide roof insulation meeting standard industry practice. Structural members shall be designed to meet all pertinent Oregon Codes. Item 2 - Optional Item: Furnish and install a 6-inch thick concrete slab measuring 96' long by 81' wide on the interior of the storage building described under Item 1 and directly north of the site for a future Shade Structure, as shown on the building diagram noted above. Slab shall be constructed as shown on the drawing, including sand bedding and sheet plastic vapor barrier. Concrete slab shall meet the following specifications: 1) Compressive strength of 4000 lbs./square inch (psi) at 28 days. Cement shall be Portland Cement Type I or II. 2) Maximum size aggregates shall be 1.5". 3) Entrained air content shall be 5%, +/- 1%. 4) Slump shall range from 2-4 inches. 5) Reinforcing steel shall meet ASTM A-615, Grade 60 deformed. Supports for rebar may be concrete blocks or wire bar type with sand plates. Welded wire fabric is not an acceptable alternative. Rebar shall be placed on 1'0" centers each way. 6) Floor slabs shall have a trowel finish. Aprons shall have a medium to heavy broom finish. 7) Curing compound shall be applied to the finished work. Both Items: Provide shop drawings, prior to beginning any work, showing all details of the structure for Government approval. Drawings shall be stamped with an Oregon professional engineers' (PE) stamp. This project is located on U.S. Government land and no building permit is required. Electrical supply and potable water is available approximately 200 feet from the site of the work. On-site work may be performed between the hours of 7 a.m. to 5 p.m., Monday through Friday, or as approved by the Government. PACKAGING AND MARKING: The items shall be prepared for shipment consistent with standard commercial practice and in a manner that will ensure transportation and/or delivery to the user in a satisfactory condition and be acceptable to the carrier for safe transportation. The Contractor may use its own practice providing it fulfills these requirements. DELIVERY AND ACCEPTANCE: Deliver FOB Destination on or before October 7, 2002 to the Bureau of Land Management, Horning Seed Orchard, 27004 W. Sheckly Road, Colton, Oregon. Consignee shall be notified a least two (2) working days prior to delivery. Delivery shall be made between 7:00 and 5:00 p.m. Monday through Friday, holidays excluded. Inspection and acceptance will be made upon the Government's determination the pole building meets the requirements of these specifications. Item 2 - Optional Item may be awarded at any time during the performance of Item 1. QUOTATIONS SHALL INCLUDE: 1) Lump sum price for Item 1, Pole Structure; 2) Lump sum price for Item 2 (Optional Item), 3) Proposed delivery schedule, and 4) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items (is available at: http://www.or.blm.gov/procurement/com_cert.htm). Quoters shall submit signed and dated quotes on letterhead stationery. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including 52.203-6, 52.2l9-8, 52.219-14, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33). Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon 97208 by COB (4:15 p.m. local time) on or before September 24, 2002. FAX quotes will be accepted at 503-952-6312. For questions contact Tom Fulton at 503-952-6210.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=364353)
 
Place of Performance
Address: Clackamas County, Salem District, Oregon
Zip Code: 97304
Country: USA
 
Record
SN00163722-W 20020913/020911213849 (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.