SOLICITATION NOTICE
69 -- Request for Quotation, Pre-fabricated buildings and walls
- Notice Date
- 6/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
- ZIP Code
- 59604-4789
- Solicitation Number
- W9124V-13-T-0019
- Response Due
- 7/12/2013
- Archive Date
- 8/6/2013
- Point of Contact
- Bryan Baldwin, 406 324 3405
- E-Mail Address
-
USPFO for Montana
(bryan.j.baldwin.mail@mail.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 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 request is a hundred percent set aside for small business (SB) concerns. The NAICS code is 332312 and size standard is 500 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Statement of Work Village complex buildings/structures Must replicate South West Asia (SWA) dwellings or homes Durable type exterior; withstand extreme weather, paint ball, Ultimate Training Munitions (UTM) Must be moveable with little or no disassembly Structures must be self-leveling to uneven terrain Capable of adding second story Interior walls will provide room division and facilitate cache hides Floor will also facilitate cache hides that will not affect the structural design or load bearing weight. In addition to the Criteria mentioned above the following Key Performance Parameters (KPP) are added. Key Performance Parameters (KPP) associated with village complex building/structures, in terms of Threshold (minimum) and Objective (preferred) are: Village complex buildings/structures Common RequirementsThresholdObjective Village Structures66 Village Structure Square Footage120 Square Feet192 Square Feet Interior Rooms24 Interior Room Entrance Dimensions6ft high 4ft wide8ft high 5.5ft wide Cache/Hide Sites16 Entrance doorways23 Entrance doorway dimensions6ft high 4ft wide6.5ft high 4.5ft wide Windows per structure28 Ceiling height8ft high10ft high Ceiling load bearing weight1500lbs2000lbs Floor load bearing weight2000lbs4000lbs Self-leveling on uneven terrain less than 8Inches less than 1ft Exterior walls endurance /reliability less than 5 years less than 10 years Qualot/Court yard wall Must replicate qualot/courtyard walls found in South West Asia Must be scalable by dismounted fully combat equipped Soldiers, able to with stand the stress of being traversed by fully combat equipped Soldiers weighing up to 485lbs Must withstand paint ball and Ultimate Training Munitions (UTM) fire 2 breach able pedestrian entrance gates 1 emergency vehicle entrance gate Walls 4 to 6' in height and minimum of 12 quote mark thick Wall will be on four corners of village perimeter. 4 each 30 foot corner walls. In addition to the Criteria mentioned above the following Key Performance Parameters (KPP) are added. Key Performance Parameters (KPP) associated with Qualot /Court yard wall, in terms of Threshold (minimum) and Objective (preferred) are: Qualot/Court yard wall Common RequirementsThresholdObjective Wall height4ft6ft Wall width12inches24inches Wall length120' A government provided schematic of the site is provided as attachment A to this solicitation. A site visit is also schedule to provide addition clarity on site conditions. Instructions to Offerors 1. PROPOSAL EXPENSES AND PRE-CONTRACT COSTS. This RFQ does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent proposals or for other costs incurred prior to award of contract. 2. Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, for proposals, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. All questions and requests for information (RFI) must be received NOT LATER THAN 28 June 2013 and responses will be posted not later than 5 July 2013. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Questions (on a non-attribution basis) and answers shall be furnished to all prospective offerors as an amendment to this solicitation. 3. A site visit will be conducted on Wednesday, 26 June 2013, at 9:00 am MST. Please meet at Training Center Headquarter, BLDG 1011, Fort Harrison, MT. Potential offerors must notify Ms. Jodi Zolynski, jodi.zolynkski.mil@mail.mil, no later than 4:00 pm MST 25 June 2013 of their intent to attend the site visit. Please arrive at least 15 minutes early so that you can be escorted on base. This will be the ONLY site visit. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. 4. Any requests for clarifications, discussions, and information concerning this solicitation must be submitted in writing, by email to the contracting office at the addresses shown below: Questions shall be emailed to Major Brian Baldwin at : bryan.j.baldwin.mil@mail.mil. 4. The offeror's proposal shall be submitted as follows and ARE DUE NO LATER THAN 12:00 pm (noon), 12 July 2013: ELECTRONICALLY to MAJ Bryan Baldwin, bryan.j.baldwin.mil@mail.mil or hard copy to: JFHQ-MT ATTN: MAJ Bryan Baldwin 1956 Mt. Majo St. P. O. Box 4789 Fort Harrison, MT 59636-4789 And shall consist of the following volumes: A. Volume I - Performance Risk. I. REFERENCES. a. Offeror shall provide a minimum of three references that are using equipment of the type proposed in the statement of work. b. Offerors shall submit a list of all contracts within the past five (5) years which portray a relevant effort (similar size and scope) for the Department of Defense. List shall contain Contract number, Contracting Officer name and phone, Brief summary of size and scope of project, and Period of Performance. c. References may be contacted to verify offeror's ability to perform the contract. e. Negative references may be grounds for proposal disqualification. II. Performance Risk Assessment Questionnaire. For all contracts identified in I. References above, a Performance Risk Assessment Questionnaire must be completed and submitted. a. The offeror shall complete Part I of the questionnaire and e-mail or fax the questionnaire to the client where the work was performed. b. The offeror shall include a copy of the questionnaire, with Part I completed, with his Volume I packet. This may be used should offeror's client fail to respond by the deadline indicated on the questionnaire. c. The client must complete the questionnaire and must return same to the individual identified on the document. B. Volume II - Technical. I. TECHNICAL NARRATIVE. Offerors shall provide a technical narrative describing their approach to meeting the salient characteristics described in the statement of work C. Volume III - Price. Offeror must provide a firm, fixed price for the structures and walls described in the statement of work. CLINDESCRIPTIONQUANTITYUNIT OF MEASUREAMOUNT 0001Village Structures and Qualot Walls1Each In addition, offeror shall provide a per unit price for each structure and wall they quote. 5. Format. The submission shall be clearly and logically assembled. Each volume will be clearly identified and numbered appropriately. No text, illustrations, etc. should be less than an 8-point font. 6. Page Count. No volume may exceed 15 pages in length. If more pages are furnished, the additional pages will be removed and not considered. 7. Content. All information shall be confined to the appropriate file and shall sufficiently define the details to permit a complete and accurate evaluation of each proposal. Propriety information shall be clearly marked. 8. An extract of DFARS 252.209-7997 is attached (Attachment B) to this RFQ. This must be completed by the offeror and submitted with any offer. NOTE: Hand carried proposals will not be accepted. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance and Technical Capability. Price, past performance and technical factors are approximately equal in weight. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition: 52.204-7 Central Contract Registration FEB 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2010 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Representation APR 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information MAY 2011 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Diving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance-Work on a Government Installation JAN 1997 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation OCT 1995 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 252.225-7001 Buy American Act-Balance of Payments Program Certificate JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted by hard copy to the USPFO for Montana, ATTN: MAJ Bryan Baldwin, Purchasing and Contracting, 1956 Mt Majo Street, Post Office Box 4789, Fort Harrison, Montana 59636-4789, no later than 13 July, 2013 by 12:00 P.M. Mountain Standard Time. Offers may also be submitted electronically to bryan.j.baldwin.mil@mail.mill with the same deadline. If you have any questions, please contact MAJ Bryan Baldwin at 406-324-3405 or email bryan.j.baldwin.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-13-T-0019/listing.html)
- Place of Performance
- Address: USPFO for Montana P.O. Box 4789, Helena MT
- Zip Code: 59604-4789
- Zip Code: 59604-4789
- Record
- SN03083721-W 20130609/130607235826-a9d29b21e5c786aa5d3cc78e1f6d2d08 (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 |