SOLICITATION NOTICE
54 -- Pre Engineered Restroom Facility (Modular) - Scope and Docs
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902, United States
- ZIP Code
- 79902
- Solicitation Number
- IBM12-230SG
- Point of Contact
- Isaac Portillo, Phone: 915-832-4709, Sylvia Grindstaff, Phone: 9158324121
- E-Mail Address
-
Isaac.Portillo@ibwc.gov, sylvia.grindstaff@ibwc.gov
(Isaac.Portillo@ibwc.gov, sylvia.grindstaff@ibwc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope and Documents needed This is a combined synopsis/solicitation for commercial items in accordance with the format in 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 IBM12-230SG is being issued in a Request for Quotes format. All offers will be considered. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. IBM12-230SG is a total set-aside acquisition for small businesses. The associated North American Industry Classification System (NAICS) code is 332311 for a pre engineered restroom, with a corresponding small business standard of 500 employees. Only offers from small businesses will be considered for this solicitation. The U. S. International Boundary and Water Commission (USIBWC) are seeking price quotes on the pre engineered restroom facility (modular). Vendor shall provide pre-engineered, pre-manufactured, restroom modular, approximately 8' x 10', for the Las Cruces Field Office located at 504 S. Miranda, Las Cruces, New Mexico 88005. The water-proofed, well insulated modular shall be equipped with the following installed items: one commode, one hand lavatory, mirror, soap dispenser, paper towel dispenser, toilet paper roll holder, heating and cooling system, cold and hot water service, lighting system, ventilation, automatic emergency battery operated light kit, fire alarm system, grab bars, and all required ADA compliant accessories. Vendor shall, in their price, include price for complete modular, freight/delivery costs, utility connections, and site preparation to the Field Office. Improvements shall meet all local, state, and federal requirements inclusive of ADA accessibility, historical preservation, and LEEDS design, where applicable. DB shall verify all field conditions and utility connections (electrical, gas, water, sewer, heating/cooling, fire/smoke alarm systems). Modular shall be installed as per attached site plan and door opening shall swing out and shall face existing office building. It is preferred for modular to be windowless; however, if a window is present, opening shall not be on the same side of the door opening. Exterior of modular shall have primer and 2 coats of exterior paint cover to match existing Field Office. Vendor shall provide costs for site preparation to include installing modular at same floor elevation of existing breakroom in the Field Office. Site preparation shall include any demolition and concrete work required to shim and to anchor modular. Price shall include any skirt to be installed under modular. Skirting shall be weathertight. Vendor shall provide price to provide well insulated and weathertight enclosure between modular and existing Field Office door opening. Price shall include any engineering and architectural work required to retrofit enclosure. Delivery of the restroom shall be within 120 days of contract award to Las Cruces Office, 504 S. Miranda, Las Cruces, NM 88005. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotation meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Quoters shall complete and return a copy of provision of 52.212-3 Offeror Representations and Certifications-Commercial Items or update and complete ORCA online. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52.203-13, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-54, 52.223-18, 52.225-3, 52.225-13, 52.232-33. Contractors are required to register or update their registration on the Central Contractor Registration website at www.ccr.gov through https://www.sam.gov/portal/public/SAM /. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by 5:00 PM, MST, August 31, 2012. For information regarding this RFQ contact Isaac Portillo (915) 832-4709 or email Isaac.Portillo@ibwc.gov. END of combined synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/IBWC/IMD/ElPasoTX/IBM12-230SG/listing.html)
- Place of Performance
- Address: Las Cruces Office, 504 S. Miranda, Las Cruces, NM 88005, Las Cruces, New Mexico, 88005, United States
- Zip Code: 88005
- Zip Code: 88005
- Record
- SN02846221-W 20120822/120820235048-2a360a7386a0f0a6de92d04b52ee7d79 (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 |