MODIFICATION
54 -- Shelter / Pavilion
- Notice Date
- 2/2/2004
- Notice Type
- Modification
- Contracting Office
- ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
- ZIP Code
- 65473-0140
- Solicitation Number
- W911S7-04-T-0016
- Response Due
- 2/9/2004
- Archive Date
- 4/9/2004
- Point of Contact
- Robert Ebaugh, 573-596-0261
- E-Mail Address
-
Email your questions to ACA, Maneuver Support Center and Fort Leonard Wood
(ebaughb@wood.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 amended announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. This requirement is for (13 each) Rectangular gabled roof shelters with 4/12 roof pitch. Size: 16 feet by 24 feet, Description, pavilion/shelter shall be pre-engineered, all metal, single bay shelter. Manufacture shall conform to all AISC and ASTM requirements applicable to prefabricated structures. The roof system shall be pre-cut, 12 inch O.C. multi-ribbed 24-gauge steel with Kynar 500 finish or industry equivalent. Roof facia sha ll be reinforced to prevent bending. Roof shall be attached to the frame with self-tapping screws or clips. Roof shall be designed to withstand 30 PSF live load and a minimum wind load based on 90 NPH wind speed. Structural columns, tension members, truss members, and purling shall be fabricated from steel tubing. All open ends shall be capped. Beams and columns shall be mechanically attached by use of connection plates and hardware. No field welding shall be required. All hardware, connection plates, nails , screws, and anchor bolts shall be included. Finish of steel frame shall be baked on polyester powder finish, not less than 2 mil coating. Manufacture shall supply touch-up paint, 48 oz minimum, color: dark brown. Manufacturer shall furnish complete shop drawing showing all necessary details and layout. Color, roof shall be tan or surry beige Pavilion/Shelter_shall be REK series or approved equal. This type pavilion/shelter is requested to retain the consistent style for uniformity with existing. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Represen tations and Certifications-Commercial Items apply to this acquisition. FAR 52.212-4, Contr act Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commer cial Items applies with the following applicable clauses in paragraph (b): 52.222.3 Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, E qual Offortunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232- 33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Ex ecutive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7023 Alt III, Transportation of Supplies by Sea;. Also included are the following DFARS Provisions and Clauses: 252.225-7002,Qualifying Country Sources as Subcontractors; 252.225-7000 Buy American Act,. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial p ractice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price, extended total price delivered to Fort Leonard Wood, MO 65473. DUN S number, and COMPLETED FAR 52.212-3 Alt I. If quotes are provided for an equal item, specifications must be included. Quotes must be received at ACA, DIRECTORA TE OF CONTRACTING, 561 Iowa Ave., Bldg 606 Fort Leonard Wood, MO 65473 to include manufacturers specification literature NO LATER THAN 1600 HRS (CST) 9 February 04. 52.214-4203 RFQ opening for solicitation W911S7-04-T-0016-0001 for Shelters will be held at the Directorate of Contracting, Building 606, Fort Leonard Wood, Missouri There will not be a public bid opening. Bids or offers may be handcarried. However, due to security checks at the Installation Gates, bidders/offerors may experience lengthy delay s before being allowed to enter the installation. Delays caused by traffic congestion or installation security procedures shall not entitle bidders/offerors to additional time to submit their bid or offer. All bids or offers reaching the Directorate of C ontracting after the date and time set for receipt of bids/offers shall be considered late. NOTE: Bids/Offers delivered via carrier service are routed through a mail distribution point prior to arrival at Building 606. Irrespective of this fact, bids that are not at Building 606 by the date and time set for the receipt of bids, will be considered late. Based on current conditions, bidders/offerors are cautioned to allow ample time for their bid/proposal to arrive at Building 606 by the time designated in R FQ. NOTE: Bidders/Offerors are reminded that pursuant to FAR 52.214-5/52.215-1, bids/offers should be addressed, Faxed or mailed to the office specified in the solicitation. Bidders/Offerors are warned that packages addressed otherwise might be subject t o opening and inspection by installation security personnel. Bids/offers that are opened by security personnel due to a Contractor failure to comply with mailing instructions will be evaluated based on the information in the packets received by the Contra cting Officer. If any required information is not in the bid/offer packet when received by the Contracting Officer, it will be conclusively presumed that the bidder/offeror failed to include such information with its bid/offer. Allegations that informatio n must have been removed by security personnel will not be grounds for acceptance of information after the time set for receipt of bids/offers. Therefore, bidders/offerors are warned to exercise due care and Fax or mail all bids/offers to the address indi cated in the solicitation. Person to contact for additional information regarding the RFQ is Bob Ebaugh, Contract Specialist, (573)596-0261, fax (573)596-0267.
- Place of Performance
- Address: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
- Zip Code: 65473-0140
- Country: US
- Zip Code: 65473-0140
- Record
- SN00514259-W 20040204/040202212048 (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 |