Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
SOLICITATION NOTICE

54 -- Provide and install in-plant modular building attached to existing AbTech building.

Notice Date
8/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA9302-07-P-M040
 
Response Due
8/24/2007
 
Archive Date
12/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 and DFARS Change Notice (DCN) 2007-08-02. Standard Industrial Classification (SIC) code is 3448 and the size standard is 500. NAICS is 332311. This acquisition is a 100% small business set aside. The Air Force Flight Test Center, Edwards AFB has a requirement for the fabrication and installation of two turn-key, complete, and usable pre-engineered modular inplant offices mounted on an existing elevated mezzanine equal to the salient characteristics cited below to meet the form, fit, and function of existing AbTech structures: Statement of Work: 1.0 Scope and Purpose: This specification covers all requirements for the fabrication and installation of two turn-key, complete, and usable pre-engineered modular inplant offices mounted on an existing elevated mezzanine. One office shall be 1881 square feet and a second office shall be 400 square feet; 1.1 Provide and install modular offices 19 feet wide x 99 feet long and 8 feet high; and three sided modular office 20 feet wide x 20 feet long x 12 feet high. The pre-engineered modular offices shall have doors, windows, roof, suspended ceiling, lighting and power panels; 1.1.1. Pre-engineered modular offices shall be installed in existing building at Edwards AFB, California. The exact location of modular offices shall be approved by 412th MXG facilities office prior to installation.; 1.2 Design & Fabrication: 1.2.1. Design and fabrication materials shall be in compliance with the Uniform Building Code, the Uniform Mechanical Code, Uniform Fire Code, NFPA, National Electric Code, the American Institute of Steel Construction, and Factory Mutual Laboratory. Contractor shall be responsible for conforming to all Federal and Cal OSHA Regulations; 1.2.2 Pre-engineered offices shall be designed in accordance with UBC requirements for Seismic Zone 4 requirements and lateral loading; 1.3. Floor Framing: 1.3.1 Existing mezzanine floor framing shall be covered with 1 1/8 inch plywood, tongue & groove, structural grade, C/D exterior glue, plugged, touch sanded, and screwed to the framing; 1.4 Modular Offices: 1.4.1 Wall panels shall be noncombustible 3 inch thick panel consisting of 2 inch noncombustible polystyrene core laminated on both sides with 1/2 inch gypsum board and bonded to 26 gauge. Embossed Steel with White finish. Wall studs shall be made of 16-gauge steel or aluminum with removable cover plates for easy wiring access on both sides. Studs shall permit the installation of electrical service vertically and accept standard 2?x4?x2? deep electrical boxes. Walls to be 96 inches high; 1.5 Doors: 1.5.1 Standard doors shall be 3 feet x 6 feet x 6 foot 8 inches x 2 inches thick, insulated (R-12) 26-gauge steel facing to match wall panel, with door sweep. Doors shall be pre-hung in an 18-gauge steel, weather-stripped door frame. Door shall be hung with butt hinges and shall have a lever handle stainless steel key-in knob lockset; 1.5.2 Doors shall have a 24 inch x 24 inch, single-glazed, 1/4 inch safety glass window on the top half of the door; 1.6 Windows: 1.6.1 Windows shall be factory assembled single glazed. Glass shall be safety glass and are to be fixed. Windows shall be 44 inches wide x 40 inches high (3 each) and shall be 40 inches above finished floor. Window location to be determined during submittal phase; 1.7 Ceiling: 1.7.1 Ceiling shall be suspended 2 feet x 4 feet white enamel T-bar grid and shall be insulated and have 2 feet x 4 feet recessed fluorescent lighting. Lay-in ceiling tiles shall be 5/8 inch Mineral Fiberboard and be standard commercial grade (Armstrong Boldface Teqular or equal); 1.8 Roof Deck: 1.8.1 Roof deck is 18-gauge ribbed steel, 3 inches deep, Galvanized, and cut to length. Closures shall be included for deck ends; 1.9 Base Track: 1.9.1. Track shall be roll formed steel channel that will be field attached to 3 inch x 4 inch by 3/16 inch aluminum angle. Angle provides a rigid frame to which the wiring studs are attached. Interior of track to be covered with a screw-on type black vinyl base. 1.10 Electrical: 1.10.1 Electrical shall include 2 feet x 4 feet, four tube, recessed fixtures with acrylic lens, 110 volt duplex receptacles, at a minimum of every 8 feet, light switches, and an interior 100 amp, 120/240 volt circuit breaker panel. Electrical hookups to be accomplished by contractor to existing building panels located within approximately 100 feet of mezzanine. Contractor shall be responsible for all power panels, disconnects, conduit, and wire; 1.11 HVAC: 1.11.1 Provide wet pipe fire sprinkler system, fire alarm panel and horns and strobes as required; 1.11.2 Provide thru-wall heat pumps properly sized for modular offices; 1.12 Field Verification: 1.12.1 All dimensions are approximate and shall be field verified by the contractor prior to beginning work; 1.12.2 Contractor Responsibility ? The contractor shall be responsible for extending all required utilities from existing building systems to new mezzanine. The contractor?s responsibility includes all connections at existing utilities, connections within the new modular offices, and all work in between, including required conversions (voltage, pressure, etc.) to make the utilities compatible with the new modular office requirements; 1.13 Quality Assurance: 1.13.1 For installation of pre-engineered modular offices, use only personnel who are thoroughly trained and experienced in skills involved, and who are completely familiar with the manufacturer?s recommended methods of installation. Comply with industry, trade, federal standards, except when more restrictive tolerance or specified requirements indicate more rigid standards or more precise workmanship; 1.13.2 All equipment shall be inspected daily for damage, loose connections, or unsafe conditions. Repair or replacement must be made if required; 1.14 Site Restrictions: 1.14.1 Existing building is located on the flight line at Edwards AFB, California and is 1.15 Sanitary Facilities: 1.15.1 Existing facility may be used; 1.16 Barriers and Barricades: 1.16.1 Contractor shall be solely responsible for furnishing, erecting, maintaining, and removing all protective barriers, signs, temporary lighting, etc., required for protection of persons and property. No open flame devices of any type shall be permitted; 1.16.2 The Contractor shall provide barriers as required to prevent public entry to installation areas and to protect existing facilities and adjacent properties from damage from installation operations; 1.17 Storage Area: 1.17.1 All materials may be stored within building complex during construction but must be maintained by the Contractor at their expense; 1.18 Field Offices and Sheds: 1.18.1 If deemed necessary, the Contractor may request approval to install a portable field office and storage sheds for tools, equipment, and material at their own expense; 1.18.2 The Contractor shall provide their own security to the field office and the storage shed; 1.18.3 The portable structures used by the contractor as field office and storage sheds shall comply with all the base fire and safety regulations. If violations of these regulations are identified, the Contractor shall, upon notification of violation, remove such portable structures from the base at their own expense; 1.18.4 Remove temporary materials, equipment, services, and temporary facilities prior to final payment. 1.18.5 Clean and repair damage caused by installation or use of temporary facilities; 1.19 Use of Premises: 1.19.1 During the contract performance period, the surrounding facilities will be occupied; 1.20 Government-Furnished Items: 1.20.1 Water and electricity will be furnished to the Contractor by the Government from the Government?s existing outlets. Utilities will be furnished at no cost to the Contactor. All utility hook-ups and disconnects (electricity and water) shall be the responsibility of the contractor at their own expense; 1.21 Special Conditions: 1.21.1 Work shall be performed during the hours of 7:30 am to 4:30 pm, Monday through Fridays except for federal holidays; 1.22 Drawings and Submittals: 1.22.1 Contractor shall provide submittals for approval, showing details of wet pipe fire sprinkler system, fire alarm panel, fire alarm horns/strobes, HVAC and electrical; 1.23 Smoking Prohibition: 1.23.1 Smoking is not permitted inside Air Force facilities. The work area in which the installation is taking place is in a smoke-free area; .Site Visit: (1) There will be a site visit on 14 Aug 2007 at 1000 PST at the job site location on Edwards AFB CA for this acquisition. There will be no access to the site visit without prior notification and completion of base access process as cited in (3) below. (2) The Govt will not provide funding for any expense related to the Site Visit or preparation of quotes. (3) Contractor shall obtain access to the controlled area at by FAXing a visit request to Mary Uptergrove, 661-277-0470, or attaching digitally and sending by e-mail to: mary.uptergrove@edwards.af.mil, 24 ? 48 hours prior to site visit. POC: Mary Uptergrove, 661-275-2538, for questions related to base access. Please include: (a) Last Name, First Name; SSAN; Date of Birth; Place of Birth; Drivers License Number and State who issued license; US Citizen: Yes or No; If Citizen of another country name country (If not a US Citizen need green card number); Dates of Visit; Reason for Visit; The visit request must be on company letterhead and signed by President of Company/Human Resources/Security etc. A person who is listed on the visit request can not sign the visit request; THE FOLLOWING PROVISIONS AND CLAUSES APPLY: CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement. Government requirement is product that matches existing AbTech pre-engineered modular inplant office in Test Wing facilities. (ii) Price. Technical capability is significantly more important than price. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions ? Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 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 Equal Opportunity 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 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-3 Alternate II 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (MAY 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsman Quotes: We will be seeking best value for the Government and selection will not be by price alone. We will be looking at rough draft design layouts and technical specifications on systems and parts included in proposal. Interested parties need to include sufficient information to establish their capability to perform the requirements and past performance records will be considered to arrive at best value. Offerors are required to submit enough information with their quote for the Government to evaluate the minimum technical requirements detailed in this combined synopsis/solicitation. Samples of wall panels and material that needs to match existing structures will be helpful; Interested parties who believe they can meet all the requirements described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA, 93524, within 5 Calendar Days After Receipt of Order and Completion within 30 Calendar Days after start of work; Offers are due at the Air Force Flight Test Center, Directorate of Contracting, Attn: Mary Uptergrove, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than 24 Aug 2007 at 2 pm PST or e-mail address: mary.uptergrove@edwards.af.mil.
 
Place of Performance
Address: Edwards AFB CA
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01365851-W 20070810/070808221125 (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.