Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2006 FBO #1508
SOLICITATION NOTICE

54 -- The successful bidder shall be required to fabricate and deliver an approved guard office to Little Goose Dam in Dayton, WA.

Notice Date
1/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-06-Q-0032
 
Response Due
1/21/2006
 
Archive Date
3/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number:?? W912EF-06-Q-0032 Posted Date:? 1/11/2006 Response Date:?? 1/21/2006 Set-Aside: Total Small Business Contracting Office Address: U.S. Army Corps of Engineers, Mark Jones, 509.527.7219, 201 North Third Street, Walla Walla Wa. 99362 Email for Copy of Synopsis/Solicitation PDF Format: Mark.T.Jones@usace.army.mil Description:?This is a combined synopsis/solicitation (# W912EF-06-Q-0032) 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 o nly solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular 05-03. This combined synopsis/solicit ation is set-aside 100% for small business. ALL LINE ITEMS MUST INCLUDE ALL CHARGES INCLUDING FOB DESTINATION SHIPPING. Security Guard Office ITEM DESCRIPTION QUANTITY U/M U/P AMOUNT 01 Security Guard 1 EA $ $________ Office Schedule Total: $________ __________________________________________________________________________ Quotes must be in NLT 10:00 a.m. PST, January 21, 2006 or they will be considered late. TECHNICAL SPECIFICATIONS PR&C 5318-3715 NEW SECURITY GUARD OFFICE 1.0 INTENT The following specifications pertain to the purchase of a Security Guard Office to replace existing guard office at Little Goose Lock and Dam at Dayton, WA. 2.0 SCOPE The successful bidder shall be required to fabricate and deliver an approved guard office to Little Goose Dam. The successful bidder shall also provide documentation, and other items as stated in the specifications. 3.0 GENERAL The office is to be built to the following specifications. Interior dimensions shall be approximately 8 wide x 12 long x 8 high. The structure shall be on a skid type frame that has the ability to be moved by either fork lift or crane with spreader bars. The building is to have a satin anodized aluminum exterior. All anodized aluminum surfaces to carry a minimum five (5) year warr anty from surface deterioration caused by oxidation. Fasteners to be corrosion-proof type and to permit on-site replacement of damaged components. Welded fabrication is not acceptable. The exterior roof shall be weatherproof and include a ribbed anodized fascia trim with integral self contained gutters and to include a 3 inch overhang with a 4 inch fascia. Roof to be shipped installed. Wall panels are to be 5/8 inch thick high impact resistant, moisture resistant and expansion resistant insulating board. Wall panels carry a minimum five (5) year warranty from swelling due to moisture absorption. The floor shall be 1-1/2 inch solid waterproof insulating core fit tight against wall panels and fastened to bottom of structural base frame. Finished floor to be 3003 Treadbrite aluminum safety tread plate or approved equivalent. The ceiling paneling shall be ? inch board with white vinyl permanently laminated to the interior side. Ceiling panel shall carry a minimum five (5) year warranty from swelling due to moisture absorption. The door shall be 36 inch width x 80 inch height and constructed of anodized aluminum, 1-3/4 inch thick, half glazed with clear tempered safety glass in upper portion. Bottom portion to include insulated panel with smooth anodized aluminum on both sides. It shall be of the sliding type and top to be suspended in overhead track assembly and shall be fully weather stripped. Sliding door shall incorporate a maximum security laminated hook bolt deadlock with a removable cylinder that accepts a Best 7-pin co re or approved equivalent with 2 extra keys. Door is to be recessed into the floor structure. There shall be 360-degree viewing from inside. There will be a minimum of four (4) windows, one (1) 36 inch width x 48 inch height, and three (3) 72 inch width x 48 inch height. Two (2) of the 72 inch width x 48 inch height shall be of the sliding type. The sliding window panel is to slide horizontally on stainless steel ball bearing rollers (plas tic or steel rollers are not acceptable). The sliding window is to include an inside positive cam locking device. All window glass shall be a minimum of 3/16 inch thick medium tinted tempered safety glass. Windows are to have anodized aluminum frames an d to be of industrial quality. Interior window sill heights to be 30 inch from finished floor. All electrical components are to bear UL label. Electric service to include single phase 100 AMP capacity load center, pre-wired in conduit with one (1) 230v 20amp, three (3) 115v 15amp and one (1) 115v 20amp circuit capability. Furnish two (3) 115v dupl ex (GFCI) outlets and one (1) 230v single (HVAC) outlet. A 230v HVAC system shall be mounted in the wall in accordance with all local mechanical codes, and shall be of sufficient size to adequately heat/cool required space. Electrical work to be in confo rmation with the NEC. Provide one (1) 6 inch x 12 inch conduit access cutout with removable cover in the floor. Lighting shall be of the updated fluorescent type with acrylic deflectors and shall be on conformation with the NEC. A phone jack shall be in stalled and wired including wall plate and junction box. 4.0 BUILDING FLOOR PLAN Email for Copy of floor plan in PDF Format: Mark.T.Jones@usace.army.mil 5.0 SHIPMENT AND DELIVERY Shipping and delivery of all items shall be delivered FOB to Little Goose within 8 weeks of contract award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to Little G oose Dam. No shipments are allowed other than normal business hours of Monday-Thursday 6:30AM-5PM, excluding holidays. All shipments shall be delivered to: Little Goose Dam 1001 Little Goose Dam Road Dayton, WA 99328 Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.211-6, 52.2 04-7, 52.232-33, 252.225-7000, 252.204-7004 Alternate A, 252.243-7001, 52.204-3, 52.219-1, 213-4. The Far Clause 52.214-21 Descriptive Literature shall apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.219-6. The DFARS clause 252.212 -7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions, of Commercial Items (JAN 2005) paragraph (b), shall apply to this acquisition: 252.225-7001, 252.232-7003. As per 52.252-2, the full text of a FAR and DFAR clauses may be accessed electronically at http://farsite.hill.af.mil. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Submit quotes toMark Jones--509.527.7219--509.527.7802 FaxMark.T.Jones@usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Dayton WA
Zip Code: 99328
Country: US
 
Record
SN00964054-W 20060112/060110212255 (fbodaily.com)
 
Source
FedBizOpps 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.