SOLICITATION NOTICE
54 -- Hazardous Material Storage Building
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-12-R-0044
- Archive Date
- 6/19/2012
- Point of Contact
- William R. Wright, Phone: 3017578960, Colleen G. Coombs, Phone: 301-757-9718
- E-Mail Address
-
william.r.wright2@navy.mil, colleen.coombs@navy.mil
(william.r.wright2@navy.mil, colleen.coombs@navy.mil)
- Small Business Set-Aside
- N/A
- 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. This announcement is a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-29, and DFARS Change Notice 20090115. This requirement is being synopsized as a competitive small business set-aside acquisition under the North American Industry Classification System (NAICS) code 332311, Size Standard 500, FSC code 5410. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for a Hazardous Material Storage Building. Method of Payment: The method of payment for this procurement will be a Visa Card. Required Delivery Date: Quote Best Possible Delivery Acceptance and Delivery will be to: NAVAIR ATMO DET. Norfolk 1224 Pocahontas Street, Building V-88 Norfolk, VA 23511 Shipping Charges: These items will be delivered F.O.B. destination, and shipping shall be included in the price. 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 (Feb 2009) with its quote including DFARS 252.212-7000 Offeror Representations and Certification - Commercial Items (Jun 2005) if applicable. FAR 52.247-34 F.o.b.-Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions -Commercial Items (Oct 2008) 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 (Feb 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 (Feb 2008) (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. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 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), 52.232-36 Payment by Third Party (May 1999)(31 U.S.C. 3332), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Quotes are due to William Wright, Contract Specialist, william.r.wright2@navy.mil by email by 2:00 P.M. Eastern Local Time, Monday June 4, 2012. Provide One (1) Four Hour Fire Rated Hazardous Material Storage Building (Solar Powered Portable Self Contained Ready to Use Building) specifically designed for secure outdoor storage of hazardous and flammable or combustible liquids. This construction is required for the storage of flammable materials where the storage building is located close to other buildings and/or property lines or when the storage building is placed within another plant structure. Specifications are as follows: ◊ To Store: To store daily use hazardous material, JP-5, and petroleum products ◊ Required to Meet/Comply with: Underwriters Laboratories (UL) Fire Resistance Rating Design (Standard U490), all OSHA requirements, all EPA requirements and NFPA requirements ◊ Fire Protection: Dry chemical fire suppression system ◊ Safety Items: 1 each of Portable eyewash station fixed to exterior of building ◊ Outside Dimensions: 16'6" X 8'6" X 9'0" ◊ Inside Dimensions: 15'0" X 7'0" X 7'0" ◊ Door Configuration: 2 each of 6'0"W X 6'8"H double doors with UL listed self-closing device, key lock, and interior safety release ◊ Drum Capacity: minimum 8 ◊ Internal Separation Walls: 1 each of 4-hour fire-rated separation wall ◊ Shelving: 12 each of free-standing epoxy-coated shelving with brackets (4 shelves each per wall - 3 walls) ◊ Lighting: 2 each of Interior explosion-proof and non-explosion proof lights (1 in each separated area) ◊ Fabrication/Construction Material: noncombustible/non-explosive/fire-resistant/chemical resistant materials (metal, paint, shelving, walls, etc.); galvannealed steel exterior walls; and fiberglass grating flooring ◊ Gross Weight: Not to exceed 20K (empty building) ◊ Power Source: solar powered (kit with back up battery, solar panel, and control cabinet) ◊ Climate Control: explosive proof heating and cooling with Thermostat Hazardous Location Class 1 Div 2
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-12-R-0044/listing.html)
- Place of Performance
- Address: NAVAIR ATMO DET. Norfolk, 1224 Pocahontas Street, Building V-88, Norfolk, VA 23511, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02744571-W 20120512/120510235244-325af8f0f443348183d5d08737d67003 (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 |