SOLICITATION NOTICE
81 -- Building F-1 and F-2 New Metal Storage Container Purchase
- Notice Date
- 5/22/2023 8:43:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- NASA SHARED SERVICES CENTER STENNIS SPACE CENTER MS 39529 USA
- ZIP Code
- 39529
- Solicitation Number
- 80NSSC23834286Q
- Response Due
- 5/23/2023 8:00:00 AM
- Archive Date
- 06/07/2023
- Point of Contact
- Jacqueline Townley, Phone: 2288136067
- E-Mail Address
-
jacqueline.e.townley@nasa.gov
(jacqueline.e.townley@nasa.gov)
- Description
- RFQ modified to post vendors questions with answers along with changing the deliver to address on posted documents. This requirement is for�Building F-1 and F-2 New Metal Storage Container Purchase. FOB Destination Deliver to: � NASA Wallops Flight Facility � � � � � � � � � �34200 Fulton Street � � � � � � � � � �Wallops Island, VA 23337 Net 30 Please provide your Cage Code/UEI # on your Quote. Please provide ARO delivery time/Lead Time on your Quote. Please apply any discounts to your Quote. We will not be paying with a Credit Card. Statement of Work NASA WFF Building F-1 and F-2 New Metal Storage Container Purchase Scope of Purchase Provide one new modified steel 40 foot long by 8 foot wide by 9.5 foot tall storage container. Container shall be wind resistant, watertight, and structurally sound. Container will be used to store unopened boxes containing new personal computers, monitors, and laptops for IT group. Provided with the following: 1. Interior wood floor provided with a non-slip coating. 2. Double locking cargo doors at one end. 3. Exterior sides and cargo doors to be wire brushed, primed, and painted with two-part epoxy primer and Amerlock (or equal) paint with color selected by the government from color chart. 4. Exterior roof to have white elastomeric coating. 5. Insulate and finish interior walls, ceiling, and cargo doors with 2 inches by 4 inches studs on 16-inch centers, insulated with a minimum of 3 inches of closed cell spray foam and R-value of 21, with a minimum of � inch Luann plywood strips cut to give the interior a finished look. Interior ceiling to be as high as possible. 6. Provide with one 3 foot wide by 6.33 tall steel personnel door with closer, handle to be manufactured by Best Lock Corporation, 9k series, with coreless lock set. Personnel door to be located by the government.��� 7. Provide with one ductless heat pump split system sized appropriately, wall mounted indoor unit to be installed above the personnel door, outdoor unit to be mounted to the side of the container near the indoor unit, all piping, refrigerant, electrical, controls, etc. to be provided for a complete and operational system. 8. Provided one 4 foot by 3-foot aluminum dock plate to allow hand truck loading and unloading. 9. Provide with LED lights/switches, 120 Volt/20-amp duplex electrical outlets, 100 amp/120-208 volt/1 phase, electrical panel with breakers, exterior elbow for panel hook up to outside electrical source, and one empty conduit for installing communication cable from outside source. Provide all internal electrical all interior wiring/conduits required for a complete and operation system. 10. Delivery shall be via a self-unloading roll back onto a stone base on the ground between buildings F-1 and F-2 at Wallops Island, VA 23337.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/367016e525bd479e9b62369a7495cc4c/view)
- Record
- SN06690812-F 20230524/230522230115 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |