Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

Y -- STORAGE SLEEPER BUNK BEDS

Notice Date
6/26/2008
 
Notice Type
Presolicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0012808RC089
 
Response Due
7/9/2008
 
Archive Date
7/24/2008
 
Point of Contact
CHARLES LOSS 757/443-1343
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under RFQ N0012808RC08923. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase Storage Sleeper Bunk Beds as follows: Project Statement The purpose of this project is to fulfill the requirement of additional Storage Sleeper Bunk Beds requested by Recruit Training Command. There is no removal or disposal of existing units within the scope of this project. The units are to match exactly, where possible, existing units currently in place at Recruit Training Command (RTC). Contractor is required to submit a complete installation summary as part of the bid package that details furniture installation schedule s well as expected lead times and completion dates. Project is to be complete within scheduled timeframe.Delivery, installation, assembly and removal of packing materials to a dumpster provided by contractor is required in the bid as separate line items on quote.The contractor is responsible for any damage to existing furniture, damage to walls, carpet or building throughout project completion.The contractor is responsible for all clean-up after work completion.Product warranties must be submitted at the time of bid deadline. Minimum warranty is lifetime.All bids must include product specification sheets FOR EACH PRODUCT. Loading docks are available within the buildings being delivered too; elevators to upper floors are also available. Prior to installation, contractor is required to meet with the site manager to schedule installation. An install schedule will be required to define which rooms will be completed on each day. Require a minimum of two-week notice prior to install to allow a week notification to residents. Deviations from the approved schedule will require site managers approval. It is MANDATORY that a project manager be assigned and on site daily and be present at all meetings scheduled prior to and during the job project. Work may be performed Monday thru Friday, 7:00am ~ 5:00pm (weekend work is allowed, but work hours may be limited). Additional work hours are to be discussed and approved with the site manager. Description of Storage Sleeper BunkThe Storage Sleeper Bunk Bed is to be a stackable, bunkable, mobile lock rack and open corner access. The hinged sleeping decks are to open and close with counter balance system for access to a 9.8 or greater cubic foot storage coffin box, with a 1 cubic foot drawer incorporated within. Each bunk system is to be equipped with multi-directional mobility and a lock system that resists at least 400 - 600 pounds of force when locked in the immobility position. Ladder access is to be incorporated into each end of every rack for top access by residents. In addition, four inch by 4 inch long garment bag hangers with safety breakaways are to be incorporated in the ladder assembly. The racks are to be powder coated. Hardware is to be zinc plated. All applicable housing fire codes, safety and health requirements are to be met and adhered to. Sleeping DecksSleeping decks are to open and close easily with a continuous hinge with the assistance of a counter balance system for access to the storage units. No pneumatic-piston system, which holds open the decks, will be considered as these are a health, welfare and safety issue to the residents when worn-out. Sleeping decks are to accommodate a standard sized JWOD mattress available through a wide range of JWOD vendors and mattresses are not to be proprietarily sized. Sleeping decks are to be completely sealed for health and sanitary reasons, and are to be constructed of 12 gauge steel and rib reinforced construction. Upper deck rails are to meet or exceed CNET specification per ASTM F 1427. Storage Units:Storage units are to be at least 84 inches long x 34 inches wide x 6.5 inches deep and consist of at least 9.8 cubic feet of storage space. The lid of the storage unit is the sleeping deck, which receives the mattress, making the bed. The handle used for opening And closing the sleeping deck is to be of a heavy duty design. Sleeping decks are to utilize a counter balance system as noted above in Sleeping Decks for opening and closing. Inside of the storage unit are to be four compartments and a lock box/drawer. The compartments are to be at least 28 inches x 34 inches, 12 inches x 34 inches, 14 inches x 14.5 inches and 26 inches x 34 inches; the lock box/drawer for personal belongings is to be at least 19 inches x 14 inches. The lock mechanism is to lock the lock box/drawer. The drawer is to be supported by two 250 pound rated ball bearing slides and is to be constructed for at least 11 gauge steel and zinc plating. Storage units are to be constructed of at least 11 gauge steel continuously welded with a radius corner for aesthetics and safety. Frames:The frame of the unit is to be at least 2 inches x 2 inches utilizing at least 14 gauge square steel tubing. The frame of the bed makes up the legs, which are to be designed for use as a ladder to access upper sleeping decks as noted above. The frame of the bed is to be designed to be stackable. Incorporated within the upper frames are four inch round diameter garment bag hangers. Raised Side Rails:Raised side rails are to be built into the sleeping decks with open corner access. The raised side rails are to meet or exceed GSA, CNET, and NAVFAC requirements per ASTM F 1427. Caster Assembly:Casters are to be threaded, swivel stem dual-wheel casters of a replaceable design. Locking Foot Pad:A locking foot pad at each end of the bed is to be utilized to lock the bed in a stationary position. The foot pad must apply between 400 to 600 pounds of resistive restraint per pad for non-mobile positioning and should be non-marking and replaceable. The foot pad should require a minimum of 15 pounds of force to lock the pad into restrictive movement position and 12 pounds of force to release the pad. Stackability:All frame work, storage units, sleeping decks and caster systems are to be interchangeable with other units of the same manufacture. Finish:The unit is to be finished with a baked on powder coat finish. All hardware components are to be zinc plated per ASTM B633-85. Replaceable Components:Counter Balance mechanismCasersGarment HooksLocking Foot PadsDrawer Slides All replaceable components should be commonly available where possible including replacement nuts and bolts.--------------------------------------------------------------------------------------------------------------------------------- Please Contact Contracting Specialist, Charles Loss at the phone number listed for questions or concerns. Delivery will be 31 August 2008 or better. FOB Point: DESTINATION The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), 52.215-5 Facsimile Proposals (OCT1997); the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.233-3 Protest After Award (AUG 1996); 52.247-34 FOB Destination The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.227-7037 Validation of Markings (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007), 5252.NS-046P Prospective Contractor Responsibility (AUG 2001), Responses to this solicitation are due by 9 JULY 2008 at 16:30 (4:30 P.M.) EST. Offers can be emailed to charles.o.loss@navy.mil, faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite D606, Contracting Department, Attn: Charles Loss Code 230A6, Norfolk, VA.23511-3392. Reference RFQ N0012808RC08923 on your proposal. NAICS 332322.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8139099229a559ddacbe494c2d32c216&tab=core&_cview=1)
 
Record
SN01601649-W 20080628/080626220129-5e3f6a34658524906a9b6a9aa245ab2a (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.