Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2014 FBO #4709
SOLICITATION NOTICE

54 -- The U.S. Army Program Executive Office for Simulation, Training and Instrumentation, Project Manager Combined Arms Tactical Trainers intends to procure Relocatable Shelters to house Air National Guard simulation systems.

Notice Date
10/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-RELOCATABLE-SIMULATION-SHELTER
 
Response Due
11/14/2014
 
Archive Date
12/14/2014
 
Point of Contact
Jason Jerome, 407-208-5868
 
E-Mail Address
PEO STRI Acquisition Center
(jason.jerome3.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 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. (ii) Solicitation W900KK-15-T-0001 is issued as a Request for Quote (RFQ). Offerors can submit more than one quote in response to the solicitation if different items are quoted. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 August 2014. (iv) The NAICS code for this acquisition is 332311 with a small business size standard of 500 employees. This acquisition is being solicited as a total Small Business (SB) Set-Aside. (v) ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001 1Each Relocatable Simulator Shelter FFP Design, Develop, Inspect, Deliver and Assemble a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination St Joseph, Missouri 64503 FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0002 1Each Relocatable Simulator Shelter FFP Design, Develop, Inspect, Deliver and Assemble a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Meridian, Mississippi 39307 FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0003 0Lot NSP Technical Data and Information FFP As required by RSS Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0004 1Each OPTION Relocatable Simulator Shelter FFP Design, Develop, Inspect, and Assemble a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Louisville, KY FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0005 1Each OPTION Relocatable Simulator Shelter FFP Design, Develop, Inspect, and Assemble a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Portland OR FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0006 1Each OPTION Improved HVAC Package FFP Inspect and Assemble an Improved HVAC assembly on a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0007 1Each OPTION Improved HVAC Package FFP Inspect and Assemble an Improved HVAC assembly on a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NO SUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 0008 1Each OPTION Improved HVAC Package FFP Inspect and Assemble an Improved HVAC assembly on a Relocatable Simulator Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination (vi) A detail description of the requirement is contained in the attached SOW (PEO-STRI-14-W062). The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Combined Arms Tactical Trainers (PM CATT) intends to procure Relocatable Shelters to house Air National Guard simulation systems, including, but not limited to, the Advanced Joint Terminal Attack Controller (JTAC) Training System (AAJTS) and the C-130 Multi Mission Crew Trainer (MMCT). The contract for this effort will include the design, fabrication, production, delivery, and setup of the Relocatable Shelters at Government designated military installations. Each shelter shall provide a self-contained, weatherproof, electrically powered, climate-controlled, protected environment for the human occupants and training device. The shelter shall include self-contained environmental control through integral air conditioning/heating units, humidity control, fire detection and suppression, and integral lighting. Each shelter shall be transportable using conventional commercial vehicles and shall meet the road and street size and weight restrictions. Each shelter shall consist of the following major components: Enclosure structure Environmental Control Unit (ECU) Electrical System Lighting System Communications Interface Panel Lightning Protection Power Distribution System Fire/Smoke Detection System Fire Suppression System Intrusion Detection Equipment The RSS shall meet the following minimum length, width, and height requirements: Length: 30 feet Width: 28 feet Height: 17 feet The exterior surface of each enclosure shall be a color that is chosen by the Government and that is intended to match the architectural color scheme of the surrounding permanent buildings. The interior color of the enclosure will be a grey or flat black. The final interior and exterior colors shall be approved by the Government during design review. All enclosure assembly hardware shall include protection against corrosion. The enclosure design materials shall minimize electrolytic corrosion by not forming dielectric connections between dissimilar metals. The RSS shall be constructed with insulated and finished walls, ceiling, and floor. The RSS shall include static control flooring in accordance with UFGS-09 62 38. The ceiling and walls shall be insulated and coated to minimize heat-transfer from/to the outside environment. The interior walls shall be covered with a fire/smoke retardant Class A rating coating. The enclosure shall include a minimum of two exterior doors that function as both ingress and emergency doors in accordance with the National Fire Protection Association (NFPA) 101 Standard. All exterior doors used for entrance into the enclosure shall be secured by both a programmable push button cipher lock and an X0-9 turn dial lock. The doors shall support the addition of Common Access Card Reader Hardware for controlling enclosure access. All door exit hardware shall conform to NFPA 101. Exterior Doors shall provide protection from the environment for personnel entering or exiting the structure. The protective cover shall extend out from the structure at least three feet. All door locks are to be accessible from within the protected area. Exterior doors shall be constructed of standard metal, and shall be standard dimensions (36 inches wide and 80 inches high). Each access door shall be protected by a rain gutter or a canopy designed to protect the immediate entry area from water infiltration. Attached or detached steps and/or a raised platform with handholds may be provided at each access door to facilitate enclosure entry and exit. The enclosure shall be equipped with a removable access panel or standard sized double doors for transferring hardware and equipment into and out of the enclosure. The access opening shall meet the following minimum dimensional requirements: Height: 83 inches Width: 72 inches The enclosure shall have a pitched roof covered with a non-skid exterior surface material. The enclosure shall include permanent handholds and footholds on the structure exterior that provide access to the roof. The enclosure's interior will be designed to absorb noises that are generated by fans, blowers, motors and other acoustic sources. Interior noise sound pressure level (SPL) of the enclosure shall not exceed 60 decibels. The enclosure floor shall be capable of supporting 250 lb/ft2. The RSS shall be designed for placement on a hard surface and shall include attachable tie down cables for securing the shelter to tie down points on the site hard surface. The RSS shall comply with the Physical Security Standards specified in DoDM 5200.01-V3, February 24, 2012, Open Storage Area as stated below. (1) Walls, Floor, and Roof. Walls, floor, and roof shall be of permanent construction materials; i.e., plaster, gypsum wallboard, metal panels, hardboard, wood, plywood, or other materials offering resistance to and evidence of unauthorized entry into the area. Walls shall be extended from the true floor to the true ceiling and attached with permanent construction materials, mesh, or 18 gauge expanded steel screen. (2) Ceiling. The ceiling shall be constructed of plaster, gypsum, wallboard material, hardware or any other acceptable material. (3) Doors. Access doors shall be substantially constructed of wood or metal. For out-swing doors, hinge-side protection shall be provided by making hinge pins non-removable (e.g., spot welding) or by using hinges with interlocking leaves that prevent removal. Doors shall be equipped with a GSA-approved combination lock meeting FF-L-2740. Doors other than those secured with locks meeting FF-L-2740 shall be secured from the inside with deadbolt emergency egress hardware, a deadbolt, or a rigid wood or metal bar that extends across the width of the door. (4) Windows - N/A (5) Utility Openings. Utility openings such as ducts and vents shall be smaller than man-passable (96 square inches). An opening larger than 96 square inches (and over 6 inches in its smallest dimension) that enters or passes through an open storage area shall be hardened in accordance with Military Handbook 1013/1A (Reference (au)). (vii) All items to be delivered under this contract shall be delivered at the FOB point specified. Early delivery is authorized. The location and delivery time line is as follows: CLINDestinationDelivery NLT DateEarly Delivery 0001St Joseph, Missouri6 months after award4 Months after award 0002Meridian, Mississippi9 months after award6 months after award 0004-optionLouisville, KentuckyTBD if exercisedTBD if exercised 0005-optionPortland OregonTBD if exercisedTBD if exercised All inspection and acceptance shall be at destination by the Government. Final inspection to be performed at the delivery site will be directed and witnessed by the technical representative of the Procuring Contracting Officer (PCO). Final acceptance of this Contract Line Item will be evidenced by signature of the PCO or his/her duly authorized representative. (viii) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offeror's must submit the following quote content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Price: Offeror's shall provide completed pricing for CLINS 0001 and 0008. To include any travel needed for site surveys, installation and delivery. Each shelter CLIN is all inclusive and all costs associated with each shelter must be priced. Technical Approach: The Offeror shall provide product literature, specification information cross-indexed to applicable parts of the SOW and warranty provisions. The Offeror's quote shall clearly demonstrate its ability to meet or exceed the SOW specifications. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as quote mark standard procedures will be employed quote mark or quote mark well-known techniques will be used. quote mark (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed in the attached SOW. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. All quotes shall be subject to evaluation by a team of Government personnel. Support contractors will not participate as members of or advisors to the source selection team. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Arithmetic Discrepancies; For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote clearly meets the minimum requirements of this solicitation and attached SOW. Unacceptable Quote does not clearly meet the minimum requirements of this solicitation and attached SOW. (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) applies to this acquisition. (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.222-54, Employment Eligibility Verification (Jul 2012). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) The following clauses are incorporated by reference: 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters 52.232-39 Unenforceability of Unauthorized Obligations 252.204-7012 Safeguarding of Unclassified Controlled Technical Information The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (xiii) The Government requires a standard commercial warranty for each shelter and all related items. The warranty coverage needs to be addressed in the quote. (xiv) N/A (xv) Quotes are due no later than 4:00 PM, EST on 14 November 2014. Please send your quote via email to our Contract Specialist, Jason Jerome at jason.jerome3.civ@mail.mil. The Government anticapates a contract award on or around 15 December 2014. The Government reserves the right to request additional information after receipt of Offeror's response to the RFP. The quote shall be valid for not less than 30 calendar days from the quote due date. If your quote is not able to be transmitted electronically, either mail or hand-deliver to: 12350 Research Parkway, Orlando FL 32826-3276. Please refer in the subject line of your email the solicitation number, W900KK-15-T-0001 and your firm's name. Attachments in Microsoft Office or PDF files are acceptable, please have all documents unlocked for evaluation. Late submissions will not be accepted. (xvi) This is a Request for Quote only. Do not proceed with this work until you have received a contract document signed by the Contracting Officer. Please address questions in this matter to our Contract Specialist, Jason Jerome at (407) 208-5868, or e-mail at jason.jerome3.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-RELOCATABLE-SIMULATION-SHELTER/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03549686-W 20141016/141014234357-94ee0fb5cb152df24fe7870344b6e57d (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.