Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

Y -- Two (2) Modular, Five-sided, Concrete Vault Systems that meet GSA AA-V-2737 standards; includes Design, Fabrication, Delivery, & Installation

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3BU9160A001
 
Archive Date
9/10/2009
 
Point of Contact
David A. Serbe, Phone: 850-882-0347, Lesa A. White, Phone: 8508820263
 
E-Mail Address
david.serbe@eglin.af.mil, lesa.white@eglin.af.mil
(david.serbe@eglin.af.mil, lesa.white@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 96 Contracting Squadron, 96 CONS/PKBA at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for the design, fabrication, delivery and installation of (2 each) modular vault systems: (1) One (five sided) 10' X 24' modular vault system that meets GSA AA-V-2737 standards and a vault door (min 80" X 78" opening, Double Leaf) that meets GSA AA-D-600 standards for classified storage; and (2) One (five sided) 10' X 12' modular vault system that meets GSA AA-V-2737 standards and a vault door (min 40" X 78" opening, Single Leaf) that meets GSA AA-D-600 standards for arms storage. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T3BU9160A001. The North American Industry Classification System (NAICS) code for this acquisition is 238120, with small business standard size $14.0M. Please identify your business size in your response based upon this standard. This is a full and open competition. Specifications for the Vaults are as follows: Vault #1 (projected as Weapons Storage) Type ll heavyweight vault per GSA AA-V-2737 Modular Vault • 10'0" wide x 12'0" deep x 8'6" high (inside dimensions) • 10'8" wide x 20'8" deep x 8'10" high (outside dimensions) • (2) Two approved HVAC openings (4" x 16" offset openings) • (4) Four approved 1 ½ service penetrations (offset through panels) • Panel thickness: GSA Type II, concrete panels @ 4" • Vault weight: est 29,000 lbs. • Includes one (1) GSA AA-D-600 Approved Class-5 arms Vault Door with: • 40" x 78 " clear opening (single); • Group 1 combination lock (S&G 8500 series) with an emergency escape mechanism; • (1) Daygate with Issue Port • Door weight: est 1,500 lbs Vault #2 (projected as classified documents storage) Type II GSA AA-V-2737 Approved Modular Vault System • 10'0" wide x 24'0" deep x 8'6" high (inside dimensions) • 10'8" wide x 20'8" deep x 8'10" high (outside dimensions) • Three (3) approved HVAC openings (4" x 16" offset openings) • Five (5) approved 1 ½ service penetrations (offset through panels) • Panel thickness: GSA Type II Concrete panels @ 4" • Vault System weight: est 52,000 lbs. • Includes GSA AA-D-600 Approved Vault door with 80" x 78 " clear opening (double leaf) • Group 1 combination lock (KABA-Mas X-09) with an emergency escape mechanism. • (1) Daygate with Issue Port • Door weight: est 1,500 lbs These systems should incorporate access for phone, electric, alarm, HVAC and possibly sprinkler systems. In addition, the interior vault ceiling support system must be designed to incorporate interior end-user requirements while not encroaching on the anticipated internal rack/storage systems. The design, fabrication, delivery and erection cycles must meet the demands of the overall construction schedule for the project. This vault system will be designed based on jobsite conditions as part of a renovation/alteration project at the Truck Loading Warehouse, Eglin AFB, FL Free and clear forklift access is available for installation as well as offloading dock and large warehouse door entrance. Existing floor is warehouse grade capable of heavy equipment and storage. Delivery address is: 96 LRS/LGRDDC, 201 Biscayne Road, Suite 1, Bldg. 613, Eglin AFB, and FL. 32542. (End of Specifications) The following solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36 effective 11 August 2009. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JUN 08), 52.212-2, Evaluation-Commercial Items; (JAN 99) Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; (FEB 09), 52.212-4 Contract Terms and Conditions- Commercial Items; (MAR 09), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.219-6 Notice of Total Small Business Set-Aside • 52.219-8, Utilization of Small Business Concerns; • 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; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.225-1, Buy American Act-Supplies; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference; (FEB 98), 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 the following address: http://farsite.hill.af.mil. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JAN 09), 252.225-7001 Buy American Act and Balance of Payment Program; (JAN 09), 252-232.7003, Electronic Submission of Payment Report, (MAR 08), 252.247-7023 Transportation of supplies by Sea. • 52.214-21 -- Descriptive Literature, which reads as follows: Descriptive Literature (Apr 2002) (a) "Descriptive literature," as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are 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. (c) Descriptive literature, required elsewhere in this solicitation, shall be -- (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. (End of Provision) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 3:00 P.M., Central Standard Time on 26 August 2009. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKBAB, Attn: David Serbe, 308 West D Avenue, Suite 130 (Bldg 260), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or email at David Serbe / david.serbe@eglin.af.mil or Lesa White / lesa.white@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T3BU9160A001/listing.html)
 
Place of Performance
Address: 96 LRS, 108 E. Eglin Blvd., Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN01909288-W 20090814/090813001141-6fe3f1a3079d7e800fd387cc9006a00d (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.