MODIFICATION
54 -- RKMF 12-0065, Area II Fire Station PEB materials
- Notice Date
- 12/4/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3GHBA4272A001
- Point of Contact
- Amber Sikora, Phone: 702-652-9119
- E-Mail Address
-
amber.sikora.1@us.af.mil
(amber.sikora.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. SOLICITATION #: F3GHBA4274A001 This combined synopsis/solicitation is issued as a Request For Quote. A Firm Fixed Price type contract will be awarded with TWO options. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 July 2014. This combined synopsis/solicitation is being issued as full and open competition on FBO in accordance with FAR Subpart 6.1-Full and Open Competition policy and procedures. NAICS: 332311 CLIN 0001: 1 LOT - 5,577 square foot pre-engineered insulated metal wall building (PEB) in accordance with specifications outlined in statement of work. CLIN0002 (Option 1): 1 LOT- Daylighting - Design/deliver with the building five (5) 2' by 6' Sunlight Strips or equivalent square footage, specifically designed for installation with the specified insulated roof panels/insulation in accordance with the specifications outlined in the statement of work under section 9. CLIN0003 (Option 2): 1 LOT - Southwest Patio Awning - Provide a 16-foot wide roof canopy/awning with adequate support projecting from the roof line on the Southwest side of the building as detailed in the A-4 drawing. Structural and architectural aspects, to include paint colors, shall match the roof. *Please see attached Statement of Work * Delivery Schedule: 20 weeks ADC Delivery Location: 820th Red Horse Squadron, Nellis AFB, NV FOB Point: Destination FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: GSA Contract Number, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. ADDENDUM - FAR 52.212-1 ALL QUOTES SHALL CONTAIN THE FOLLOWING INFORMATION: 1. Price for CLIN 0001 and Option CLIN 0002 2. Technical Proposal shall include: A. Timeline of deliverables required in Statement of Work. B. Evidence of accreditation C. Provide concept design drawings that meet the requirements set forth in paragraphs 3 and 4 (A). D. Provide design certification data outlined in paragraph 4 (A). E. Certificate of design and manufacturing compliance prepared and signed by a Professional Engineer registered to practice in the state of Nevada in accordance with paragraph 4 (A) (1). F. Insulation testing results G. Certification that the metal roof system has been tested and approved by the Underwriter's Laboratory as Class 90 H. Verification the metal building and roof system supplier is a manufacturer's authorized and franchised dealer I. LEED Certification Data Sheets stating the products have achieved or are proven to achieve LEED credit according to LEED v2009 or v4 for the Building and Roof System J. Provide designs for the following: - Preliminary Foundation - Preliminary Structural - Material cut sheets for the proposed metal wall system - Depiction, narrative or material cut sheets for proposed roof panels, ridge vent assembly, gutter and downspouts, insulation, seamer machine, joint/seam and fastener plan. Any variations to the stated criteria must be explicitly identified and supported by sound value engineering while still meeting specified codes. - Material cut sheets for the proposed doors - Material cut sheets for the proposed windows K. Provide qualifications and ability of on-site technical consultant to provide expert instruction/advice on building erection L. Provide warranty information for all materials outlined in paragraph 8. M. Option 1: Daylighting - Provide material cut sheet of Sunlight Strip (or equivalent) daylighting feature specifically designed for the proposed roof system. - Show evidence of the system's ability to contribute to the achievement of Energy and Atmosphere Credit 1: Optimize Energy Performance and Indoor Environmental Quality Credit 8.1: Daylight. N. Option 2: Southwest Patio Awning -Provide a 16-foot wide roof canopy/awning with adequate support projecting from the roof line on the Southwest side of the building as detailed in the A-4 drawing. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable for the base bid plus the option CLINS. The Government intends to award a contract without discussions with respective offerors but reserves the right to conduct discussions if deemed in its best interest. Multiple contracts will not be issued. Vendors who do not propose the entire package requested will be considered non-responsive and their proposal will not be evaluated. ADDENDUM - FAR 52.212-2 TECHNICAL. In order to be technically acceptable, the following criteria must be met: 1) Timeline: Provide proposed deliverable timeline for designs and material delivery with proposal that will meet or exceed the requirements specified in paragraph 2. 2) The manufacturer shall present evidence of accreditation based on IAS Accreditation Criteria AC472 and IBC Chapter 17 requirements. 3) Provide concept design drawings that meet the requirements set forth in paragraphs 3 and 4 (A). a) Drawings shall clearly indicate eave and roof height, clear spans, and exterior wall dimensions (see paragraph 3 (A)). b) Provide depiction of entryway store-front awning and Southeast sunshade (see paragraph 3 (B)). c) Provide design and material specifications for fire resistant partition in accordance with paragraph 3 (C). d) Provide rollup door cut sheet for proposed roll up doors meeting specifications outlined in paragraph 3 (D). e) Metal building and roof system designs consisting of at a minimum 1) floor plan with structural column layout; 2) typical truss cross section; 3) elevations 4) Provide design certification data outlined in paragraph 4 (A). a) Certificate of design and manufacturing compliance prepared and signed by a Professional Engineer registered to practice in the state of Nevada in accordance with paragraph 4 (A) (1). b) Insulation testing results c) Certification that the metal roof system has been tested and approved by the Underwriter's Laboratory as Class 90 d) Verification the metal building and roof system supplier is a manufacturer's authorized and franchised dealer e) LEED Certification Data Sheets stating the products have achieved or are proven to achieve LEED credit according to LEED v2009 or v4 for the following items: Building and Roof System i) Sustainable Site Credit 7.2: Heat Island Effect - Roof ii) Materials & Resources Credit 4: Recycled Content iii) Materials & Resources Credit 5: Regional Materials 5) Provide designs consistent with the requirements of paragraph 4. a. Preliminary Foundation design IAW paragraph 4 (B). b. Preliminary Structural design IAW paragraph 4 (C). c. Material cut sheets for the proposed metal wall system demonstrating compliance with paragraph 4 (D). d. Depiction, narrative or material cut sheets for proposed roof panels, ridge vent assembly, gutter and downspouts, insulation, seamer machine, joint/seam and fastener plan, demonstrating compliance with established criteria in paragraph 4 (E). Any variations to the stated criteria must be explicitly identified and supported by sound value engineering while still meeting specified codes. e. Material cut sheets for the proposed doors IAW with paragraph 4 (F). f. Material cut sheets for the proposed windows IAW with paragraph 4 (G). 6) Provide qualifications and ability of on-site technical consultant to provide expert instruction/advice on building erection as mentioned in paragraph 6. 7) Provide warranty information for all materials outlined in paragraph 8. 8) OPTION 1: Daylighting: a. Provide depiction of awning matching requirements of Option 1 and Paragraph F. 9) OPTION 2: Southwest Patio Awning a. Provide depiction of awning matching requirements of Option 2 under Section 9. Bid Option in the Statement of Work. PRICE: The Government will evaluate offers for award purposes by adding the total price for all options (CLINS 0002 AND 0003) to the total price for the basic requirement (CLIN 0001). Evaluation of options will not obligate the Government to exercise the option(s). FAR 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 and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clause cited is applicable to this acquisition: FAR 52.232-33 FAR 52.217-5 - Evaluation of Options - Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.217-7 - Option for Increased Quantity - Separately Priced Line Item. As prescribed in 17.208(e), insert a clause substantially the same as the following: Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. AFFARS 5352.201-9101 - Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.(d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following additional provisions or clauses are specific to this particular requirement: FAR 52.246-17 - Warranty of Supplies of a Noncomplex Nature FAR 52.247-34 - FOB Destination AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotes shall be emailed to amber.sikora.1@us.af.mil no later than 15 December 2014, 12:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GHBA4272A001/listing.html)
- Place of Performance
- Address: Nellis AFB, NV, Las Vegas, Nevada, United States
- Record
- SN03587114-W 20141206/141204234530-f0974ef79c8cf83720ab4a111f88de54 (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 |