SOLICITATION NOTICE
54 -- 54 - - PREFABRICATED STRUCTURES & SCOFFOLDING
- Notice Date
- 8/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX, 78419
- ZIP Code
- 78419
- Solicitation Number
- N68836-06-T-0149
- Response Due
- 8/28/2006
- Archive Date
- 9/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, no written solicitation will be issued. Solicitation number N68836-06-T-0149 applies. This announcement constitutes the request for the required services under RFQ N68836-06-T-0149. The North American Industry Classification System (NAICS) Code is 332311 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Numbered Note 22 applies. Note: The contract for procuring two2) Prefabricated Steel Guard Attendant Booths, for Security Department, NAS JRB New Orleans, La. CLIN 0001 2 Each ? Pre-fabricated Steel Guard Attendant Booths, (See attached ?Statement of Work? below. Total Small Business Set Aside. STATEMENT OF WORK TWO STEEL GUARD ATTENDANT BOOTHS BULLET PROOF GLASS FOR SECURITY DEPARTMENT NAS JRB, NEW ORLEANS, LA 70143 3 AUG 2006 Prepared by SECURITY SUPPLY DEPARTMENT NAS JRB, NEW ORLEANS, LA 70143 TABLE OF CONTENTS Section/Paragraph Page 1.0 Introduction 1.1 Background 1.2 Related Work Specified Elsewhere 1.3 Quality Assurance 1.4 References 1.5 Submittals 2.0 Building Construction 2.1 Walls and Ceiling Panels 2.2 Floor Structure 2.3 Door 2.4 Window and Glazing 2.5 Electrical 2.6 Exterior Roof 2.7 Other Equipment 1.0. Introduction. The purpose of this effort is to provide purchase for two prefabricated steel Guard Attendant Booths, specification: 14 ft 4 in long by 9 ft by 6 in wide. Units are to meet Underwriters Laboratories (UL) 752; Standard for bullet ?resisting, with glazing walls and doors level eight standard bullet resisting equipment. 1.1. Background. Provide all labor, equipment, and materials to furnish and install two prefabricated steel Guard Attendant Booths with glazing walls and doors and level eight standard bullet resisting equipment. 1.2. Related Work Specified Elsewhere 1.2.1. Electrical service supply and connection. 1.2.2. Booth requirements. 1.2.3. Deliver on site. 1.2.4. Heating, cooling, lighting (interior and exterior). 1.2.5. Outlets and switches. 1.3. Quality Assurance 1.3.1. Structures shall be the product of a manufacturer with documented experience in the design and fabrication of steel guard attendant booths. 1.3.2. Electrical devices factory installed within the pre- fabricated building shall be UL listed. Factory installed wiring system shall bear UL classification insignia certifying compliance with the national electrical code 1990 and 1993 editions. 1.3.3. Note: Adherence to applicable portions of state and local building codes is the responsibility of the government. The building manufacturer shall not be responsible for permits, special engineering calculations, or architectural type drawings. 1.3.4. Design loads: 50 PSF live load, 30 PSF wind load. 1.4. References. Upon request, the pre-fabricated building manufacturer shall provide the locations and owners of three similar buildings that have been in service more than three years. This will allow the architect owner to inspect on site and obtain a statement from the owners on the quality of workmanship (fit and finish). 1.5. Submittals 1.5.1. Upon award of order, the manufacturer shall prepare and submit copies of shop drawings as required for each different building required for the project. Drawings shall include elevations, section, floor plan pi an, f1 electric schedule, service entrance locations, and anchor clips detail. 1.5.2. Color charts illustrating available colors and patterns for specified finishes shall be submitted to the owner for prompt selection. 2.1. Building Construction. Buildings to be of steel construction are assembled when delivered and placed on concrete slabs. 2.2. Walls and Ceiling Panels. Walls will be half glazed armor steel, with one galvanized interior liner. Exterior walls are to have 4? wide horizontal reveal channels below the window line and at the base. Exterior walls are to have ?x? formed patterns in the wall area between the reveal channels. 2.3. Floor Structure. Units have steel floors covered with 1/8? thick x 19? square, black rubber tiles with 4? high black perimeter cove molding. Floors are to be mounted on a 3? steel tube frame. The underside of the floor is to be fully coated with bituminous undercoating sealant. 2.4. Doors. Units have two bullet resistant interior doors with rigid steel rollers, mortise hook type locking hardware, keyed outside with thumb turn inside, and weather stripping doors keyed alike. 2.5. Windows and Glazing. Units are to have no spall bullet resistant clear glass clad polycarbonate glazing throughout. 2.6. Electrical and Lighting 2.6.1. Units are to have one-three wire single phase, eight pole, 125 AMP 120/240 volt, load center flush mounted in under shelf cabinet. All electrical equipment will be UL certified, listed and all wiring current per published NEC standards. Exposed wiring to be in surface mounted EMT conduit. Concealed wiring to be in flexible aluminum conduit. Final power connection and grounding to be done on site by others. All work to be done by a qualified electrician in accordance with all applicable local codes. 2 2.6.1. Units to have three duplex outlets mounted under the shelf. 2.6.2. Units to have three 1? x 4? fluorescent light fixtures recessed in the steel ceilings and controlled by a single pole wall switch. 2.6.3. Units to have two 75 watt down lights recessed in the soffit and centered over each door. Exterior lights controlled a single pole wall switch. 2.6.4. Units to have one zone-line wall mount air conditioner with 14?600 BTU cooling and 5 KW electric heating at 230 volts. A/C to be plug and cord connected and have a dedicated outlet. 2.6.5. A/C to be mounted in a bullet resistant shroud. 2.7. Exterior Roof. Units will have a custom 1? flat bar standing seam, hip style roof with a 6? fascia and 12? overhang on all sides. Colors: roof-silver over hang - royal blue. 2.8. Other Equipment. 2.8.1. Units will have four interior anchor clips. Four 5/8? hilti quick bolts with 3? minimum imbedment in 3000 lb concrete are required for placement of the booths. 2.8.2. Units are to have four 3/4? shank lifting eyes on the roof. 2.8.3 All exposed steel surfaces to be coated with two component high solids polyurethane rust inhibitive primer, and two component high solids polyurethane finish coat. Finish scheme to be two tone colors. Exterior to be painted dark brown. Interior will be painted regal white. 3 The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-6 Data Universal Numbering System (DUNS) number (JUN 1999), 52.204-7 Central Contractor Registration (Oct 2003 (JUN 1999), (52.212-1 Instructions to Offers-Commercial Items (JAN 2004), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.223-6 Drug-Free Workplace (MAY 2001, 52.225-1 Buy American Act-Supplies (JUN 2003), 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2004), 52.233-3 Protest after award (AUG 1996), 52.247-29 F.O.B. Origin (JUN 1988). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Apr 2002 (Mar 2005) Alternate 1, 52.215-5 Facsimile Proposals (OCT 1997), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.219-1 Small Business Program Representations (MAY 2004),52.222-21 - Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35 - Equal Opportunity for Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36 - Affirmative Action for workers with Disabilities (JUN 1998), 52.222-37 - Employment Reports on Special Disabled Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-41 Service Contract Act of 1965 as Amended (JUL 2005) (U. S. C. 351, et seq), 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U. S. C. 206 and 351, et, seq), 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment(February U. S. C. 206 and 41 U. S. C. 351, et seq) 52.223-6 Drug-Free Workplace (MAY 2001), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003), 52.232-36 - Payment by nsfer-by Third Party (MAY 1999)(31 U.S.C. 3332), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR1984), DFAR 252.204-7004 - Central Contractor Registration (52.204-7) alternate A (NOV 2003), 252-225-7001 BA Certification, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 252.225-7001 Buy American Act and DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing material for items with a MARK FOR as a final destination. An itemized packing slip shall be included with each shipment citing the order number. Only vendors registered in Central Contractor Registration (CCR) (Ref: 52.204-7) will be considered for award. Go to www.bpn.gov to register, 252.232-7003 Wide Area Workflow NAVSUP SPS Consolidated Server Time Zone (Jun 2006). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following (1) Price, and (2) Specifications meeting requestor?s requirement. PROHIBITED PACKING MATERIALS: The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing material for items with a MARK FOR as a final destination. An itemized packing slip shall be included with each shipment citing the order number. Only vendors registered in Central Contractor Registration (CCR) (Ref: 52.204-7) will be considered for award. Go to www.bpn.gov to register, 252.232-7003 Wide Area Workflow NAVSUP SPS Consolidated Server Time Zone (Jun 2006). Announcement closes 2:00 P.M., 28 AUG 2006. CST. Questions must be request and quote submitted by e-mail or in writing and address. Attn: Jesus H. Garcia, Fleet and Industrial Supply Center Jacksonville, Corpus Christi Detachment, 9035 Ocean Drive, Corpus Christi, TX 78419. Fax 361-961-2394, Telephone 361-9613877, EMAIL: jesse.h.garcia@navy.mil.
- Place of Performance
- Address: NAS JRB, 400 Russell Avenue, New Orleans, LA
- Zip Code: 70143
- Country: UNITED STATES
- Zip Code: 70143
- Record
- SN01113272-W 20060813/060811221917 (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 |