MODIFICATION
54 -- Tent Shelters
- Notice Date
- 9/24/2009
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-09-R-0139
- Archive Date
- 10/14/2009
- Point of Contact
- jesus o. godinez, Phone: 3017579710, Paul B Campbell, Phone: (301) 757-9717
- E-Mail Address
-
jesus.godinez@navy.mil, paul.campbell@navy.mil
(jesus.godinez@navy.mil, paul.campbell@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # N00421-09-R-0139 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, and DFARS Change Notice 20090825. This action is set aside for small businesses. This requirement is being synopsized as a competitive, small business set-aside acquisition under the North American Industry Classification System code 332311, and the small business size standard is 500 employees. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for: Tent Shelters, installation and Grounding systems Four (4) Grounding Systems are required • Four grounding systems are required on the new shelters to be erected. Four (4) Canopy Shelters for aircraft protection as follow: Requirements •Shelter 1 Dimensions: 133’ Wide X 70’ Long X 38’ Center Height 12’ Side Wall Height, Canopy Cover to end 8’ above ground level (to clear jet exhaust) •Shelters 2&3 Dimensions: 48’ Wide X 30’ Long X 19’ Center Height 12’ Side Wall Height, Canopy Cover to end 8’ above ground level (to clear jet exhaust) •Shelter 4 Dimensions: 48’ Wide X 20’ Long X 19’ Center Height 12’ Side Wall Height, Canopy Cover to end 8’ above ground level (to clear jet exhaust) (See attached Statement of Work and Tent Specifications) Estimated project start and completion date. •Two weeks after contract award. •Three weeks after start of project. •Acceptance and Delivery will be to: Deputy Maintenance Officer Shelters 1-3 will be built adjacent to Hangar 2133, Shelter 4 at Building 2785 Patuxent River NAS, MD 20670 Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (June 2008) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. The Government will award in accordance with FAR part 13 on a lowest priced – technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications – Commercial Items (Aug 2009) with its quote including DFARS 252.212-7000 Offeror Representations and Certification – Commercial Items (Jun 2005) if applicable. FAR 52.212-4 Contract Terms and Conditions –Commercial Items (Mar 2009) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders – Commercial Items (Sept 2009), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (July 2009) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009)252.232-7003 Electronic Submission of Payment Requests (MAR 2008), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Please note DFAR clause 252.225-7012, Preference for certain domestic commodities (Dec 2008) is applicable to this procurement. Quotes are due to Jesus’ O. Godinez, Contract Specialist, jesus.godinez@navy.mil, via email, fax (301) 995-0308, or mail by 2:00 P.M. Eastern Standard Time, Sept 24, 2008. Mailed proposals may be sent to: Naval Air Warfare Center AD, 2.5.1.7.1.2, Bldg 441, 21983 Bundy Road Patuxent River, MD 20670 Questions regarding this notice will be accepted in writing only via email jesus.godinez@navy.mil. Questions & Answers Q1- Our engineer informs us that in his opinion the truss depth sizes are limiting and will not allow for the desired wind loading. Regarding building # 2,3 and 4. Please allow for a truss depth of 30". We find that the limiting truss depth of 18" results in an inefficient design, one that will not adequately meet the wind load specs of 110 MPH. The exterior dimension will be two feet wider at 50' wide but will still yield the required 45' interior clearance. And the overall height will be 1 foot higher at the center. This modification will allow Shelter Structures to bid you and engineered structure with efficient truss spacing. Utilizing stronger and heavier trusses on wider spacing yielding more interior space. A1- The width of buildings 2, 3 and 4 can only be 48' wide because of the width of the concrete slab that the structures are going to be installed on. 50' wide is not going to work. Q2- In regard to Tent 1, What is the net interior width and the net center height of this Tent? Ground Snow Load 20 Lbs? Is the 12 ft sidewall the inside sidewall clearance? Is the Lighting protection system UL rated or not? Would we be dealing with Prevailing wages on this site? A2- Net interior width is 133’ and the net center height is 38’. Ground Snow load of 20LBS sounds correct. The Lightning protection system is UL rated and yes you will be dealing with Prevailing Wages. Q3- Does the tent need to be 133 wide and 70 length or can it be 70 wide x 133 length? A3-It has to be 133' wide. We are using it to house two aircraft that are 45' from wingtip to wingtip. And due to flight line limitations the structure needs to be 133’ wide by 70’ length. Q4- All tent structures have a width larger than the length is this correct? A4-Yes the measurements that are listed in the Spec sheet is what is needed to meet our needs and the locations for the tents to be constructed. Q5- Do you need to have a MD contractor’s license in order to bid this project? A5- I do not think so. This is on A Federal Government Institution.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-09-R-0139/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center Aircraft Division (Pax), Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN01969911-W 20090926/090925002131-ac0a1ee87ef0580b89c4c25c4c82668d (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 |