Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

81 -- Evidence Storage Building Units

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
A12PS02428
 
Response Due
9/10/2012
 
Archive Date
8/30/2013
 
Point of Contact
Yvette Washington Contract Specialist 5055633663 yvette.washington@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Bureau of Indian Affairs, Office of Justice Services, Evidence Storage Building Units Evidence Storage Building Units for use by the Bureau of Indian Affairs (BIA), Office of Justice Services (OJS). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, Evidence Storage Building Units, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation. The North American Industry classification (NAICS) code is 531130 business size maximum is $25.5 Million. This acquisition is being solicited as a Total Small Business Set Aside. The resultant contract will be awarded as a firm fixed price contract as defined in FAR 16.202. The Period of Performance (POP) shall be from Contract Award to January 31, 2013. The Government intends to make a single contract award. CLIN 001: Evidence Storage Building Units, Qty 6. Unit Price:_________ Total Price:________ LocationStartEnd San Carlos Tribal Police, San Carlos, AZ Blackfeet Agency, Browning, MT Rosebud Tribal Police, Rosebud, SD Laguna Investigations, Laguna, NM Yankton Agency, Wagner, SD Turtle Mountain Agency, Belcourt, ND Note 1: The price for each CLIN shall be inclusive of all personnel costs to include travel, materials, site preparation and installation, taxes, and other costs for the performance and completion of the tasks of the contract. STATEMENT OF WORK C. 1 Background The U.S. Department of the Interior, Bureau of Indian Affairs, Office of Justice Services, requires evidence storage building units for use by various agencies at select locations throughout Indian Country. C.2 Scope Refurbished ISO Storage containers are acceptable and shall be used for storing law enforcement evidence. The safety, security, and storage of evidence is critical. All storage containers shall have electrical, temperature controlled ventilation, secured lock capability, lighting, shelving and interior room separation, and shall include the following specifications. Quantity1 Container System Width:16 Feet Length:40 Feet Height:9.5 Feet Square Feet640 Capacity (lbs): +/- 117k Stacking Height: 2 High Water Proof: Yes Limited Warranty: One Year Allows for Ventilation: Yes Door Type: Cargo Floor Type: 1 1/8" Treated Plywood Construction:14 Gauge Steel Stackable Height: 2 Replaceable Panels:No Rust Resistant: Yes Termite and Insect Resistant: Yes Fire Resistant: Yes Additional Details: 1. SIZE: 16' wide, 40' long and 9.5' in height. Building shall be comprised of two (2) 40' high cube ISO containers. The Evidence Work Room to be 12' long and 16' wide. The Evidence Storage Area to be 28' long and 16' wide. The partition shall be steel plated with 16 ga steel and extend from roof to floor with a 4068 steel personnel door. The lockset and dead bolt shall be heavy duty, keyed alike. The steel plated partition is framed by 2"x3" rectangular tubing, 1/8" thickness. The steel partition shall be insulated with 1.5" of polyurethane spray foam (see Interior Insulation for specifications). Added protection shall be installed to the connecting door to prevent tampering with the lock and tamper proof hinges to deter possible unauthorized entry into the evidence storage area. The cargo doors shall be welded in place and the ends plated with 16 ga steel affixed with continuous weld. 2. EXTERIOR FINISH: Containers may be pre-owned/used and shall be completely refurbished to include treatment and primer to any visible rust, weather tight and rodent proof. Dents in the container walls shall be less than 1" deformation in any 2" area. Exterior finish shall be DTM water reduceable alkyd satin finish. 3. INTERIOR INSULATION AND FINISH: The finish shall have high level fire resistant closed-cell spray applied polyurethane insulation applied at a pressure of 1000-1400 psi and applied 1.5" (R-14 thermal rating) thick to the undercarriage of the building. All interior walls shall have 1.5" thick polyurethane spray foam insulation. The building ceiling shall be suspended acoustic tile with frame, 2' x 4' pattern. This ceiling shall house the heating/cooling duct work and the lighting. Finished ceiling height shall be minimum 8'. The flooring shall be 1 1/8" treated plywood covered with 1/8" industrial VCT flooring; the color shall be Civic Square Beige, manufactured by Armstrong. 4. HEATING AND COOLING: 3-Ton Bard HVAC with 5kw heat strip and 18" deep x 8' wide x 8' tall plenum wall shall be installed on the end of the unit in the Evidence Work Room. This unit shall have a hinged steel cage, 24" deep, 36" wide x 60" tall, with secured entry, installed to prevent removal of the HVAC for entry to the interior but shall provide access to the HVAC for service. Control of the HVAC shall be through a standard heat/cool thermostat mounted on the interior wall of the Evidence Work Room. The building shall require an 8" duct to be installed between the metal roof and the acoustic ceiling allowing heating and cooling to circulate throughout the entire building by means of supply and return air. The ductwork leading from the Evidence Work Room shall be secured with expanded metal ?" number 9 to prevent passage of a person or object through the duct work. There shall be two (2) return and four (4) supply registers in the Evidence Storage Area and one (1) return and two (2) supply registers in the Evidence Work Room. The return registers shall be 12" x 12" fixed. The supply registers shall be 6" x 12" adjustable. 5. MAIN ENTRY DOOR: The door shall be located in the Evidence Work Room. This door shall be solid steel with steel frame, size 4068. A programmable cypher lock, King Cobra model # KC5000, series 2 shall be installed to facilitate access. A steel flange shall be installed on the door over the bolt area of the cylinder to prevent unauthorized access. 6. EMERGENCY EXIT DOOR: The door shall be located in the Evidence Storage Area and shall be solid steel with steel frame, size 4068. This door shall not be equipped with any exterior hardware. Keyed access is limited to the interior. A steel flange shall be installed on the door over the bolt area of the cylinder to prevent unauthorized access. 7. ELECTRICITY: Electrical installation shall be based on the 2008 National Electric Code (NEC). All electrical equipment shall be UL/CSA approved. Primary connection shall be through a 100 amp safety switch, single phase 208/230 volt, fusible, weatherproof, surface mount. Load Center shall be a 125 amp, single phase 208/230 volt, 20 circuit located on the Evidence Storage Area of the steel partition wall. Safety switch and load center shall be commented by a 1 ?" EMT conduit with 4 each #2 thhn copper conductors. All interior wiring will be EMT conduit ?" or ?" compression fittings, weatherproof boxes and covers, with #12 THHN conductors. Lighting shall be Lithonia recessed troffer fixture with four (4) lamps, 120 volt; two (2) in the Evidence Work Room and six (6) in the Evidence Storage Area. Two (2) single switches shall be installed; one (1) in the Evidence Work Room and one (1) in the Evidence Storage Area for lighting operation. Three (3) 110 volt duplex receptacles shall be installed in the Evidence Work Room and six (6) shall be installed in the Evidence Storage Area at various heights. Three Lithonia emergency fixtures with two lamps each, 90 minute battery back-up shall be mounted in close proximity to each door. A Lithonia fixture, illuminated, 90 minute battery back-up exit sign shall be placed adjacent to the interior of all doors. Six (6) dusk to dawn lighting fixtures shall be Lumapro Sensor, Motion, 500 W, 240 degree sensing radius with photocell and motion sensor and shall be mounted to the exterior of the building. All conduit shall be secured to the walls with unistrut straps to unistrut channels welded to the walls. Closed circuit TV (CCTV) shall be installed to provide additional security to the interior of the building. 8. STORAGE SHELVING: Nine steel shelving sections shall be provided. Size of each section to be 20" deep x 4' 6" wide. Each section shall include three adjustable steel shelves capable of supporting 200 pounds per shelving section shelf. Shelving bracket support shall be welded to the walls to support the shelving brackets. 9. WORK TOP: The work top shall be an L-shaped formica shelf 16" deep and 112" long installed with six (6) steel brackets welded to the wall. This work top shall be located in the Evidence Work Room. 10. INSTALLATION: The units shall be craned by the contractor onto a Government prepared concrete pad site as shown in Attachment A. Each unit shall have preinstalled connecting plates on the roof and floor to adjoin the two units. The connecting plates shall be ?" steel secured with ?" grade 5 bolts. A 2" x 6" rectangular tube shall be welded the length of both units and will be bolted every 8" to secure the building with a 4" flat bar overlapping the other unit. The sides shall be bolted by utilizing the factory corner posts. The center of the building is supported by two 2" x 6" bolted posts. The floor shall be sealed by a 4" flat bar. A neoprene gasket will be installed at the roof and wall seams. The building shall be anchored to the site pad by 6" x 6" x 3/8" angle bracket secured to the pad by ?" x 6" concrete anchors. The site pad shall be installed as necessary to the location. Electrical and mechanical crossovers shall be connected and the suspended ceiling completed. Note: The Government will install the electrical supply at a single point of connection. 11. DELIVERY: The contractor is responsible for the on-site delivery of the units (and any applicable permits) to the site(s) specified by the Government. C.3 Place of Performance and Period of Performance The contractor shall perform installation service in 5 states, on or near 6 American Indian reservations. Services are to be provided during typical business hours. Services will not be required on Federal holidays or when the Government facility is closed due to local or national emergencies, weather related closings, administrative closings, or similar Government directed facility closings. The Government recognizes the following 2012 federal holidays (5 U.S.C. 6103): "January 2-New Year's Day"January 16-Birthday of Martin Luther King Jr. "February 20-Washington's Birthday"May 28-Memorial Day "July 4-Independence Day"September 3-Labor Day "October 8-Columbus Day"November 12-Veteran's Day "November 22-Thanksgiving Day "December 25-Christmas Day This statute does not negate any contractor requirement to travel on federal holidays in order to meet successful performance of services requested under this contract. Delivery Period of Performance (POP) will vary between October 1, 2012 through January 31, 2013: LocationStartEnd San Carlos Tribal Police, San Carlos, AZ Blackfeet Agency, Browning, MT Rosebud Tribal Police, Rosebud, SD Laguna Investigations, Laguna, NM Yankton Agency, Wagner, SD Turtle Mountain Agency, Belcourt, ND C.4 Submission of Manual An operations manual shall be presented to the Government COR and local Point of Contact at the final acceptance of the building unit. C.5 Warranty The manufacturer is required to have valid licenses in the State of building origin. Valid licenses will include a steel fabricators' license and an office manufacturer's license. The storage building units shall be warranted for a period of one year. C.6 Key Personnel A requirement of this contract is to maintain stability of personnel proposed in order to provide quality products and services. The contractor agrees to assign only those key personnel, experience, and expert knowledge required in performance of this contract. The contract shall not make any substitution or addition of personnel. The Key Personnel information shall be submitted with the quote. C.7 Government Furnished Property (GFP) The Government shall provide the contract with Government owned equipment identified below: None C.8 Records/Data Safeguards (a) Any Government information made available or to which access is provided and which is marked or should be marked "For Official Use Only" or "FOUO" shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. Disclosure to anyone other than an officer or employees of the Contractor or Subcontractor at any tier shall require prior written approval of the Contracting Officer. Requests to make such disclosure should be addressed to the Contracting Officer. (b) Contractors are reminded that information furnished under this solicitation may be subject to disclosure under the Freedom of Information Act (FOIA). Therefore, all items that are confidential to business, or contain trade secrets, proprietary information, or personnel information must be clearly marked. Marking of items will not necessarily preclude disclosure when the U.S. Office of Personnel Management (OPM or the Government) determines disclosure is warranted by FOIA. However, if such items are not marked, all information contained within the submitted documents will be deemed to be releasable. (c) Any information made available to the Contractor by the Government must be used only for the purpose of carrying out the provisions of this contract and must not be divulged or made known in any manner to any person except as may be necessary in the performance of the contract. (d) In performance of this contract, the Contractor assumes responsibility for protection of the confidentiality of Government records and must ensure that all work performed by its subcontractors shall be under the supervision of the Contractor or the Contractor's responsible employees. (e) Each officer or employee of the Contractor or any of its subcontractors to whom any Government record may be made available or disclosed must be notified in writing by the Contractor that information disclosed to such officer or employee can be used only for a purpose and to the extent authorized herein, and that further disclosure of any such information, by any means, for a purpose or to an extent unauthorized herein, may subject the offender to criminal sanctions imposed by 19 U.S.C. 641. That section provides, in pertinent part, that whoever knowingly converts to their use or the use of another, or without authority, sells, conveys, or disposes of any record of the United States or whoever receives the same with intent to convert it to their use or gain, knowing it to have been converted, shall be guilty of a crime punishable by a fine of up to $10,000, or imprisoned up to ten years, or both. C.8.1 PACKAGING AND MARKING All correspondence to include emails and contract deliverables shall identify the contract number. Attachment A INSTRUCTION TO OFFERORS Questions Offerors shall submit questions (if any) related to the RFQ via email no later than 2:00 pm, September 6, 2012. Questions not received within a reasonable time prior to the closing date may not be considered. Submission of Quote The quote due date is September 10, 2012, 2:00 PM Mountain Daylight Savings Time. The quote shall be packaged for delivery so as to permit safe and timely arrival at destination. Fax quotes will not be accepted. The quote package should be sent or hand delivered to the following address: BIA, Albuquerque Acquisition Office, Attn: Yvette Washington, Contracting Officer 1001 Indian School Road, Ste 347 Albuquerque, NM 87104 Quotes submitted by email will be accepted. Email to: Yvette.Washington@bia.gov Email submissions shall be limited to attachments compatible with Microsoft Office Word 2007 and/or files with a.pfd file extension. Email submissions shall not exceed 3MB total in size. Quotes submitted by express mail method shall be sent with sufficient time to allow for a timely delivery. The Offeror is solely responsible for ensuring its quote arrives in a timely manner. An offeror that fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f). Notwithstanding FAR clause 52.212-1, the proposal acceptance period is 60 days after the date set for receipt of the quotes. The Offeror shall make a clear statement in the quote that the proposal is valid until this period has ended. Price Evaluation: The Government will evaluate each offeror's price for fairness and reasonableness. The Government expects adequate price competition to establish fair and reasonable pricing. The price detail shall include sufficient descriptions to enable the Contracting Officer to determine the reasonableness of the price submitted. Unrealistically high (or low) pricing in the initial or revised proposal may be grounds for eliminating a quote from competition - either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. The Government will review: (1) proposed prices to determine whether they are materially balanced; and (2) any unbalanced offer to assess the associated risks to the Government in awarding to such an offeror, and (3) whether an award will result in unreasonably high or low price for contract performance. An offer may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the Government. Clause Section This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. If the offeror does not have a copy of this provision, you may obtain a copy at http://www.acqnet.gov/far. Offerors are responsible for complying with the FAR 52.222-41, Service Contract Act of 1965, and applying the appropriate Department of Labor prevailing wage rates for labor. The offeror has public access to locate the prevailing wage rates for all areas at the following website: http://www.dol.gov/. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items. FAR 52.252-02 Solicitation Provisions Incorporated by reference; Clauses Incorporated by Reference, 1450-0016-001 Homeland Security Presidential Directive - 12 (HSPD-12); 1452.204-70 Release of Claims - Department of the Interior, 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 52.212-01 Instructions to Offerors - Commercial Items; 52.212-02 Evaluation - Commercial Items; 52.212-03 Offeror Representations and Certifications - Commercial Items; 52.213-02 Invoices; 52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-08 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.223-15 Energy Efficiency in Energy Consuming Products; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Supplies; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.242-13 Bankruptcy; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.217-08 Option to extend Services; FAR 52.217-09 Option to Extend the Term of the Contract; 52.246-02 Inspection of Supplies-Fixed Price; 52.246-04Inspection of Services-Fixed Price; 52.242-15 Stop Work Order; 52.204-04 Printed or Copied Double-Sided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS02428/listing.html)
 
Place of Performance
Address: San Carlos Tribal Police, San Carlos, AZBlackfeet Agency, Browning, MTRosebud Tribal Police, Rosebud, SDLaguna Investigations, Laguna, NMYankton Agency, Wagner, SDTurtle Mountain Agency, Belcourt, ND
Zip Code: 87104
 
Record
SN02862242-W 20120901/120831000407-0e2402979682033d6cf77c2068efde05 (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.