Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2014 FBO #4431
SOLICITATION NOTICE

54 -- Modular Daycare Building - Attachment "B" - Attachment "A"

Notice Date
1/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321991 — Manufactured Home (Mobile Home) Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), 24 Fort Missoula Road, Missoula, Montana, 59804, United States
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-14-0015
 
Point of Contact
Leo J. Rauch, Phone: (406) 329-3994, Tina D Mainey, Phone: 406-329-3845
 
E-Mail Address
lrauch@fs.fed.us, tmainey@fs.fed.us
(lrauch@fs.fed.us, tmainey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of items and quote form. Drawings This is a combined synopsis/solicitation for a commercial item (Modular Daycare Building) prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG-03R6-S-14-0015 is issued as a Request for Quotation (RFQ). This solicitation is a total small businesses set-aside. The North American Industry Classification System (NAICS) for this procurement is 321991. The small business size standard is 500 employees. The contract resulting from this solicitation will be a firm fixed-price contract. SCHEDULE OF ITEMS See Attachement A. SUMMARY OF WORK 1.1 LOCATION A. This modular building will be located at the Aerial Fire Depot in Missoula, MT. To get here you must exit I-90 at Airway Blvd. Go south on Airway Blvd until you come to Broadway Rd. This is at a "T" intersection. Turn right at the stop sign on Broadway; go west of the Missoula International Airport a 1/3 of a mile. Follow the signs marked Smokejumper Center. Turn left at the first turn in and we are the complex on your right. You will notice a Tower with a parachute on it. 1.2 DESCRIPTION OF WORK Any modular structure the U.S.F.S. Aerial Fire Depot acquires, must meet or exceed all State of Montana, Public Health and Human Services, Quality Assurance Division - Licensure Bureau - Child Care Licensing building code / regulations. The Modular Building must meet the following additional rules governing day care centers: Fire Prevention and Investigation Bureau @ 406-444-2050 Rules Regarding Day care Centers (23.7.108 - 23.7.110) (State of Montana Dept of Public Health and Human Services Licensing Requirements for Child Day Care Centers Manual) www.dphhs.mt.gov/earlychildhood Health Policy and Services Division@ 406-444-2408 Rules Regarding Day Care Centers (37.95.201 - 37.95.227) www.dphhs.mt.gov/earlychildhood 24' X 64' MODULAR DAYCARE BUILDING Provide •Building, Complete per attached layout (See Attachment B). •Delivery and Installation on existing Pier/Pad on or below Grade Foundation with Tie-downs within 30 days of award (Estimated date February 24, 2014) and available for inspection. •Skirting to match siding or pressure treated for below grade installation. •Ceiling - Suspended T-Grid at 8' Nominal. •Walls - Vinyl Covered Gypsum. FRP Wainscot in Restrooms. •VCT or Commercial Carpet with Vinyl Base Cove Throughout. •Commercial Sheet Vinyl in Restrooms and kitchen. •Smartpanel Siding and 1X Trim. •3 in 12 Pitch Roof with 10" Overhangs with Architectural Shingle Roofing and Ice Dam Protection. •Standard Modular Construction Methods, elevations, and layout. •Upgraded Insulation Package - R19 Floor, R22 Wall and R38 Roof. •T-8 Lighting with Electronic Ballasts •Steel Exterior Doors with Panic Hardware and Vinyl Frame Insulated Glass Windows. •Wall Mounted, Ducted HVAC Systems with Ducted Return Air to Sound Insulated Plenum Wall. •Pre-Finished Base and Overhead Cabinets w/Laminate Top, Stainless Steel Kitchen Sink •Electric Range, Dishwasher •Washer and Dryer area with plumbing installed to code requirements •Roof Snow Loads per Local Requirements •State of Montana Approvals/Tags, Third Party Inspection •Installation including block level setup, tie-down, stitch, all utilities needed, etc. •Skirting (Pressure Treated for below grade install or matching) •Building is to be new or used, no older than 2009 model. Contractor provide and/or sub-contractor/sub-contractors: •Clear Access and Staging Area during setup and installation. •Modular unit needs to be wired for all Special Systems including telephone, LAN, Fire Alarm System, etc. and all conduit systems except as provided in the wall rough-in. •All manifolding, connections, and extensions of all utilities to multiple sewer, water and electrical drops. •Steps, ramps, ADA access. •Repair of Parking lots, Landscaping, etc. that was altered or changed during setup and installation. •Contractor to use own Furnishings, Equipment, Etc. except as noted during setup and installation. •Permits, Fees, Inspections, Etc. •Gutters and Downspouts Miscellaneous Information: Written Acceptance Any Contract resulting from this solicitation will require written acceptance within 5 days of receipt by the Contractor. Note: The Economic Price Adjustment clause does not appear in this solicitation. FAR CLAUSES The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67B. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013) applies to this solicitation. The FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) apply to this acquisition. Contract award will be made to the offeror representing the best value considering ability to meet required delivery date (30 days after award -estimated date February 24, 2014) and price (FAR 13.106-1(2). The offer must provide pricing on all items to be considered for award. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (JUL 2013), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2013), apply to this acquisition. The clauses and certifications referenced above may be obtained from the following website: https://www.acquisition.gov/far/. FAR 52.212-4 Addendum to - Contract Terms (FEB 2012) Additional FAR Clauses sited in full text: FAR 52.204-13 System for Award Management Maintenance (JUL 2013) (a) Definitions. As used in this clause- "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities, which is used as the identification number for Federal contractors. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at subpart 32.11) for the same concern. "Registered in the System for Award Management (SAM) database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; (2) The Contractor has completed the Core, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record "Active". "System for Award Management (SAM)" means the primary Government repository for prospective Federal awardee and Federal awardee information and the centralized Government system for certain contracting, grants, and other assistance-related processes. It includes- (1) Data collected from prospective Federal awardees required for the conduct of business with the Government; (2) Prospective contractor-submitted annual representations and certifications in accordance with FAR Subpart 4.14; and (3) Identification of those parties excluded from receiving Federal contracts, certain subcontracts, and certain types of Federal financial and non-financial assistance and benefits. (b) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (c)(1)(i) If a Contractor has legally changed its business name, doing business as name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor shall provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (c)(1)(i) of this clause, or fails to perform the agreement at paragraph (c)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract. (3) The Contractor shall ensure that the DUNS number is maintained with Dun & Bradstreet throughout the life of the contract. The Contractor shall communicate any change to the DUNS number to the Contracting Officer within 30 days after the change, so an appropriate modification can be issued to update the data on the contract. A change in the DUNS number does not necessarily require a novation be accomplished. Dun & Bradstreet may be contacted (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (d) Contractors may obtain additional information on registration and annual confirmation requirements at http://www.acquisition.gov. FAR 52.326-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsibilities for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. Additional AGAR Clauses sited in full text: AGAR 452.246-70 Inspection and Acceptance (a) The Contracting Officer or the Contracting officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance will be performed at: destination. AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) (a) This award is subject to the provisions contained in sections 433 and 434 of the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434, amended and/or subsequently enacted. QUOTE SUBMISSION At a minimum, responsible sources shall provide the following: a price quote which identifies the requested items: Modular Make & Model, Size, Year (please submit quote on attached Schedule of Items), remittance address, Tax I.D., number, DUNS number, and contact information (including a phone number and email address). Quotes must be received by January 23, 2014 at 4:00 P.M. Mountain Standard Time at the Lolo National Forest,, WMAZ, 24 Fort Missoula, Missoula, MT 59804. Envelopes must be clearly marked with "solicitation AG-3R6-S-14-0015". Quotes may also be emailed to lrauch@fs.fed.us or tmainey@fs.fed.us. Please confirm receipt of emailed quotes. Faxed quotes will not be accepted. For more information regarding this solicitation, please contact Jay Rauch (406) 329-3994 or Tina Mainey, (406) 329-3845.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-14-0015/listing.html)
 
Place of Performance
Address: Aerial Fire Depot, 5765 West Broadway Street, Missoula, Montana, 59808, United States
Zip Code: 59808
 
Record
SN03264163-W 20140111/140109234451-2472df1866604f527412fc08ae56f4cc (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.