Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
MODIFICATION

54 -- PEST CONTROL BUILDING

Notice Date
9/5/2007
 
Notice Type
Modification
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
17070-5001
 
Solicitation Number
Reference-Number-SB3100-7071-9501
 
Response Due
9/19/2007
 
Point of Contact
Karen Kaufman, Contract Specialist, Phone (717) 770-5516, Fax (717) 770-7591,
 
E-Mail Address
karen.kaufman@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment to Combined Solicitation/Synopsis for SB3100-7071-9501 This amendment is being posted to replace the combined solicitation/synopsis posted on April 3, 2007. The Defense Distribution Depot, Susquehanna, New Cumberland, PA 17070-5001 has a requirement for the following pest control building. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, Streamlined Solicitation for Commercial Items, Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). Reference Number is SB3100-7071-9501. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-19, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20070828, and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and PROCLTR 2007-11. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 332311 and the associated size standard is 500 employees. Contractor to provide a pre-engineered metal hazardous materials storage (pest control) building. The minimum technical requirements for the Pest Control Building are as follows: 1. Constructed for minimum snow load 25 pounds per foot (psf) 2. Minimum wind load 90 mph 3. Minimum floor live load 500 psf 4. Minimum seismic Zone 1 consideration 5. Minimum insulation values: Roof/ceiling ? R-19, exterior walls ? R-13, and subfloor ? R-11 6. The outside dimensions shall be of 44? L X 20? W X 9? H (+/- 3 inches tolerance) in any of the dimensions. 7. Minimum storage capacity 350,000 pounds 8. Factory Mutual (FM) approved and labeled relocatable hazardous materials storage unit in accordance with Flammable and Combustible Liquid Storage Building Standard 6049 9. Weather proof noncombustible 2-hour fire rated construction with a minimum 10 year structural warranty and a chemical resistant exterior finish. Building is to have an open channel base and coated with a protective undercoating material. 10. Minimum of one (1) all metal DOT hazard classification sign with rust proof holder. 11. One (1) pressure sensitive NFPA 704 hazard rating sign on each door 12. Adequate number of appropriately sized hold down brackets required for securing the building to the concrete slab. Note that the slab is being provided via a separate contract. 13. Exterior wall hydrant - box type, freezeless; includes all interior plumbing to supply hydrant 14. Crane/forklift opening for offloading and placement of building. Note offloading and building placement are to be performed by others. 15. The Pest Control Building is to be equipped with a pre-engineered UL-Listed dry chemical fire suppression system rated for Class A, B, and C fires. Fusible link detection for auto actuation of the system, and a minimum of one (1) exterior means of manual activation. Interior nozzles to be of appropriate size, number, and location for a total flooding application. A minimum of one (1) exterior UL Listed weatherproof audio/visual alarm. Alarm system to be compatible with and connected to the existing base wide system. Dry chemical agent storage tank and releasing device is to be housed inside an exterior tamperproof enclosure per NFPA 17. Automatic ventilation system shutdown is required upon system actuation. 16. Building is to contain a pre-wired electrical system in accordance with National Electrical Code (NEC), to include one (1) weatherproof load center with appropriate breakers, circuit and main (200 A, 208V, 3 phase). All conduit, relays, switches to be included. All interior components in the storage rooms to be rated for a minimum Class I, Division II hazardous locations. All interior components in the mixing room to be rated for Class I, Division I hazardous locations. The building is also to come equipped with a static grounding system to consist of all appropriate lugs, conductors, connections and grounding rod. Storage and Mixing Rooms: 17. Building to be segregated into three (3) separate rooms by two (2) interior two-hour rated separation walls; Two (2) storage rooms, each 12? W x 18? D (+/- 1 inch tolerance) in either direction, and one (1) mixing room size 18? W x 18? D (+/- 1 inch tolerance) in either direction. 18. Floor grating/secondary containment sump system in each room. Sump walls are to be constructed of the same weather proof fire rated noncombustible material as exterior walls. Floor grating system to be either removal steel or fiberglass floor grating rated for a uniformly distributed load of a minimum of 500 psf. Sumps are to be include a seamless acid/corrosive resistant high density polyethylene liner, and be equipped with threaded and capped drain pipe fittings. Floor grating supports are to be removable. Sump capacity to be 850 gallons for each of the storage rooms and 1250 gallons for the mixing room. 19. Three (3) exterior doors - one (1) providing access to each room; they are to be swing type double doors 60? W X 80? H located on the front of the building; active door leaves - minimum 36? W. Doors - UL Listed minimum 2-hour fire rated construction. Doors to be provided with locking hardware capable of accepting 7 pin keyed cores as manufactured by Best Lock Corporation. 20. Two (2) interior doors - swing type single doors 36? W X 80? H; one in each separation wall. 21. Mixing Room - Stainless steel sink with drain (hot and cold inlets) with stainless steel self draining counter top, side boards, and back splash panel. Overall dimensions of sink and counter 60?L x 24?D x 36? H. Sink assembly to include all interior plumbing and piping, including wall penetrations for connection to exterior pipe connection. Sink/counter to be part of and enclosed in a commercial fume hood. Fume hood - UL Listed explosion proof (Class I, Division I) exhaust fan and switch and light, and equipped with a sash stop as manufactured by HEMCO Model 21614 or approved equal. Minimum hood air flow requirement - 150 cfm at the face of the hood. 22. Mixing Room - combination emergency shower and eye wash unit mounted in a corner of mixing room with a separate sump area with drain and cap. Unit flow - minimum 30 gallons/minute. All interior plumbing required for emergency shower/eye wash unit. Piping includes an on demand electric water heater (208V, 1 phase) rated for Class I, Division I locations. Provide and install heater in conjunction with plumbing for emergency shower and sink. Shelves in Building: 23. Free standing steel containment shelving; minimum 12 gauge steel with an epoxy coating. Shelves are to be 30? deep with a 1? lip on all sides; minimum load rating - 80 psf. Shelves to be three tier units - 30? D x 48? L - with shelves not adjustable. Mixing room to be provided with a minimum 48 LF of this shelving. Each storage room to receive a minimum 24 LF of this shelving. 24. Adjustable corrosion resistant stainless steel containment shelves - combination of 16? and 22? shelving depths with a 1 inch lip on all sides and a minimum 80 psf load rating. Each storage room is to be equipped with four (4) sets of 22? D X 48? L three tier units and two (2) sets of 16? D X 48? L three tier units. Total shelving length for each storage room is 22? D shelving minimum 48 LF and 16? D shelving minimum 24 LF. Access Ramps: 25. Three (3) steel ramps - each is to be 48? W x 88? L with sidewalls and nonskid protective coating with fastening measures to secure at the door thresholds Heaters: 26. Two (2) UL explosion proof convection heaters - one in each storage room. Units adequately sized for the size of the storage rooms to maintain temperatures between 50 and 90 degrees F (approximately 12,000 BTU/hr, 208V, 3 phase) and rated for a minimum Class I, Division II hazardous locations. Provide one (1) explosion proof convection heater in mixing room. Unit adequately sized for the size of the mixing room to maintain temperatures between 50 and 90 degrees F (approximately 25,000 BTU/hr, 208V, 3 phase) and rated for a minimum Class I, Division I hazardous locations. Each system has an interior UL Listed explosion proof thermostat with manually adjustable settings between 50 and 90 degrees F. Air Conditioners: 27. Three (3) UL Listed explosion proof air conditioners, one (1) in each room. Units sized appropriately to maintain temperatures between 50 and 90 degrees F (approximately 19,000 BTU/hr, 208V, 3 phase). Units in storage rooms rated for a minimum Class I, Division II hazardous locations. The unit in the mixing room rated for Class I, Division I hazardous locations. Registers adjustable for manual regulation of air flow. Interior Lighting: 28. Provide incandescent light fixtures rated for a minimum Class I, Division II hazardous locations in the storage rooms; mixing room rated for a minimum Class I, Division I hazardous locations. Fixtures to have heavy duty glass globes with protective metal guards. Exhaust Systems: 29. Provide three (3) fume exhaust systems, one for each room with exhaust through the roof, and is to include a UL Listed explosion proof motor (208V, 3 phase) rated for a minimum Class I, Division II hazardous locations in the storage rooms, and rated for a minimum Class I, Division I hazardous locations in the Mixing Room. Fan blades are to preclude the ignition of vapors. The exterior exhaust fan port opening to be protected with an UL fire damper of appropriate rating and a UL 165 degree F fusible link. System to have an auto system shutdown and be manually operated by switch/switches. Air inlet vents are to be screened and equipped with UL fire damper that is activated by a UL 165 degree F fusible link. Additional Contractual Requirements: 1. Supervision assistance from factory to be provided at the time of delivery, offloading and installation to ensure the building is properly anchored and sealed. 2. Identify field service organization capable of performing warranty repairs at this location in Central Pennsylvania. 3. Six (6) copies of the AutoCAD Drawings, including all characteristics and features for building offered including slab/foundation details, to be submitted for Government approval 30 days after award. Approved AutoCAD drawings to be provided to the Government on CD prior to final payment. 4. FM certification documentation for the building must be submitted to the Government in conjunction with drawings/details submission in order to receive Government approval of drawings. Line Item 0001 ? Pest Control Building ? 1 EA = $_______________ each (Price quoted should be FOB destination). Ship to Defense Distribution Center Susquehanna (DDSP), Mission Drive, New Cumberland, PA 17070. The Government requires delivery within 90 days after receipt of contract award. The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 - Instructions to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements documents cited in the solicitation. Reference paragraph (c) under FAR 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified from receipt of offers. TECHNICAL PROPOSAL Contractors shall submit a Technical Proposal which must include the contractor?s technical capability to provide the pest control building in accordance with the minimum technical requirements as identified above. The Contractor must submit descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the pest control building in accordance with all stated minimum technical requirements. The Contractor must also include past performance information that clearly indicates that the Contractor has provided the same or similar type building. The Contractor?s past performance must include a list of contracts, preferably three (3), commercial or government, that have been performed within the last five (5) years. This list shall include: company name, project title, contract number, brief description of the product provided, performance schedule, point of contact, contract dollar amount, point of contact (name, address and phone number), and a list of any ?significant problems? encountered for the contracts reported. Include a brief description concerning how these problems were handled and remedied. PROPOSAL SUBMISSION INSTRUCTIONS: Contractor?s proposal must include one (1) copy of each of the following items. Submission of a proposal that does not contain all items requested below may result in elimination from consideration for award. 1. Price Proposal 2. Complete Technical and Past Performance information as requested above at Technical Proposal 3. Completed certifications and representations contained at FAR 52.212-3 and DFARS 52.212-7000. An offeror shall complete only paragraph (k) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (j) of FAR 52.212-3. DFARS 52.212-7000 may be accessed electronically at: http://farsite.hill.af.mil. Proposals must be submitted via either regular mail or an express mail service. Proposals will not be accepted via electronic (email) or facsimile transmission. Mailing Address: Defense Distribution Center, Acquisition Operations (DDC-AB), ATTN: Karen Kaufman, J Avenue, Building 404, New Cumberland, PA 17070-5000 FAR 52.212-2 - EVALUATION ? COMMERCIAL ITEMS (a) The Government intends to award a contract or contracts resulting from this solicitation to a responsible offeror or offerors using the lowest price technically acceptable source selection process. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate proposals: Factor 1 ? Technical capability of the pest control building offered to meet the Government?s requirement and Factor 2 ? Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a proposal has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated. An offeror who has submitted a technically acceptable proposal, and who has either been found to have a satisfactory past performance history, no relevant past performance history, or for whom no past performance information is available, will then have its proposal evaluated for the lowest price. 1. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature and any other information required to clearly indicate that the offeror is proposing and will be providing the pest control building in accordance with all stated characteristics located in the Schedule of Supplies/Services. ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a proposal. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that specified elsewhere in the solicitation and pertain to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics and (5) methods of manufacture, assembly, construction or operation. The term includes only information required to determine the technical acceptability of the offered product. Descriptive literature must be (1) identified to show the product which it applies and (2) received by the date and time specified in the solicitation for the receipt of offers. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. 2. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. In evaluating an offeror?s past performance record, the Government will consider information in the offeror?s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms, and former subcontractors; and others who may have useful information. The information provided should reflect similar type contracts for the same or similar type products. FAR clause 52.212-4 - Contract Terms and Conditions ? Commercial Items applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.247-34 ? F.O.B. Destination FAR clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6 -- Restrictions on Subcontractor Sales to the Government 52.219-6 ? Notice of Total Small Business Aside 52.219-8 - Utilization of Small Business Concerns, 52.219-14 - Limitations on Subcontracting, 52.219-28 - Post Award Small Business Program Rerepresentation 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 and Veterans of the Vietnam Era, 52.222-36 ? Affirmative Action for Workers with Disabilities, 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 - Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions are applicable to this acquisition: FAR 52.203-3 ? Gratuities, DFARS 252.225-7021 ? Trade Agreements, DFARS 252.247-7023 -Transportation of Supplies by Sea, DFARS 252.225-7036 ? Buy American Act ? Free Trade Agreements Balance of Payments Program ALT 1 The following DLAD provisions are hereby added in full text: DLAD 52.233-9000 Agency Protests. Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity?s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the contracting officer; this process is not an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the contracting officer. DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (ADR). (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. Although the Government intends to award a firm-fixed price contract as a result of this solicitation, the Government reserves the right to reject any and all proposals. All responsible small business concerns may submit a proposal that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined to be responsible in accordance with FAR 9.104. All questions concerning this acquisition must be submitted in writing. Questions should be emailed to karen.kaufman@dla.mil. Request for Proposal (RFP) due date and time is September 19, 2007 ? 2:00PM local time. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DDC/Reference-Number-SB3100-7071-9501/listing.html)
 
Place of Performance
Address: Defense Distribution Center, Susquehanna, New Cumberland
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01396423-F 20070907/070905224502 (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.