Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

54 -- Pre-Fab Seismic Equipment Building

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
125 S. State Street, Room 6107, Salt Lake City, UT 84138
 
ZIP Code
84138
 
Solicitation Number
R12PX40057
 
Response Due
9/21/2012
 
Archive Date
3/20/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is R12PX40057 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 321992 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-21 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Nucla, CO 81424 The Bureau of Reclamation requires the following items, Meet or Exceed, to the following: LI 001, -Dimensions (exterior length x exterior width x interior height) ? 12 feet x 8 feet x 9 feet -Ships fully-assembled, including lights, outlets, HVAC systems, generators, transfer panels, cable ladder, grounding systems, etc. -Construction - All-steel, galvanized, welded frame, weather-tight -Skid or Base Frame - Galvanized steel -Lift rings - welded or otherwise integral to skid -Walls - Galvanized steel frame or structural metal panel -Roof - Galvanized steel frame or structural metal panel walls -Floor -Concrete or plywood subfloor covered by commercial-grade vinyl tile -Exterior - Natural color stone aggregate -Door - 3' x 7', steel, located on short wall, offset from center -Door hardware - deadbolt, weather strip, drip shield -Paint ? Marine grade Polyurethane -Insulation ? R-13 minimum in floor, walls, ceiling -Floor load minimum capacity ? 225 psf -Roof snow load (minimum) ? 80 psf -Wind load (minimum) ? 130 mph -Fire rating (minimum) ? 1 hour -Outside environment - -20 to 130 F -Inside operating conditions ? 68 F -High-efficiency, dual-redundant HVAC system and controller (Marvair Compac-II HVEA or equivalent) in lead-lag configuration. -Cooling capacity of each AC unit ? 2 to 3 ton -Heating capacity of each AC unit ? 4 to 8 kW -Energy Efficiency Ratio (EER) of AC unit ? 10 minimum -Economizer option for AC unit ? required -Air Filter Minimum Efficiency Reporting Ratio (MERV) for HVAC system ? 9 minimum -Extreme climate operation (-20F to 130F) for HVAC system ? required -Adjustable short-cycle protection delay for AC unit ? up to 5 minutes -Remote alarm capability for HVAC system ? dry contact -Electrical service and panel - Interior 200 amp, single phase panel board, with main breaker on panel, and with exterior service disconnect -Natural-gas powered back-up generator with automatic transfer switch ? 20 kW -Interior lighting (# of 4' fluorescent fixtures) - 4 -Interior 20A 120 VAC duplex wall receptacles ? 10 -Exterior Light above door (incandescent or high-pressure sodium) w/ inside switch and exterior photocell ? 1 -Telecom Service Entry and 4'x4' board ? 1 -Motorola R56-compliant, single-point grounding system with 1/4"x4"x24" copper master ground bar, #2 AWG insulated/stranded halo, 1/4"x4"x12" ? 1 -Cable ladder (12" or 18") in offset cross pattern spanning long and short dimensions. One arm of ladder to be located above waveguide entry. ? 20 linear feet -Waveguide entry (4? ports) ? 12 ports -Alarms ? Dry-contact alarms for intrusion (door) smoke and utility power failure -Safety ? First aid kit, fire extinguisher, (ABC 20 lb.) and eye wash station (Fendall Pure Flow 1000) -Warranty ? 10 year minimum -DELIVERY PRICE included. No crane or off loading equipment will be available so price accordingly., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d160324b53c11e5cf95c4e1948cc1cc5)
 
Place of Performance
Address: Nucla, CO 81424
Zip Code: 81424
 
Record
SN02888652-W 20120920/120919002811-d160324b53c11e5cf95c4e1948cc1cc5 (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.