|
COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1996 PSA#164216th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt
Field FL 32544-9190 54 -- MODULAR IN-PLANT OFFICE SOL F08620-96-T3846 DUE 080296 POC TSgt
Joni Norman, Contract Specialist, 904-884-3265. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
format in FAR subpart 12.6 as supplemented with additional information
included in this notice. Quotations are being requested, and a written
solicitation will not be issued. This solicitation is hereby issued as
a Request for Quotation (RFQ) F08620-96T3846. This RFQ incorporates the
provisions and clauses as those in effect through Federal Acquisition
Circular Number 90-36. This requirement is being advertised as full and
open competition, and the standard industrial classification code is
5039; small business standard is 500 employees. SCHEDULE: The
contractor shall provide all of the following items required for
complete installation. Office size shall be approximately 16'x 42'x
17'. 1st floor ceiling shall be approximately 9'high, 2nd floor ceiling
shall be approximately 8' high. ALUMINUM EXTERIOR/VINYL COVERED
HARDBOARD INTERIOR WALLS sandwich panels. The outside shall be
stucco-embossed .024'' aluminum, pre-painted beige. The inside shall be
approximately 1/8'' hardboard with a vinyl finish of oak. The resultant
structural panel shall not require support columns every 4'. STEEL
DECK/DROP CEILING - 2ND FLOOR: The roof shall consist of galvanized
steel internesting pans as a dust cover with closure fascia; and a
complete Class A 2' x 4' lay-in acoustical type drop ceiling system,
complete with all hanging hardware, including pre-coated white steel
main tee, cross tee, wall angle, and fiberglass white vinyl faced tiles
approximately 5/8'' thick. 2 - STORY OFFICE - 24' MAXIMUM SPAN:
Consists of 18GA galvanized steel reinforcing channels laminated into
the length walls, as well as 14GA steel columns that are dropped into
each panel joint. Beam support clips will be supplied as well as
pre-drilled beams. The support clips are bolted through the reinforcing
channels and tubular columns, as The beam is then hoisted into place
and tightened. Sub-floor adhesive is put along all beam flanges and top
channel, then approximately 1-1/8'' APA Tongue & Grove (T&G) plywood
flooring is fastened to the beams and the flooring. The APA flooring
has a sheet of galvanized steel laminated to the bottom of it. TEK
fasteners are used to fasten the plywood to the beams and top channel.
Total maximum distributed load is 100#PSF. All hardware is to be
provided (bolts, nuts and washers are all ASTM A325). All steel is
prime coated. 1/2 GLASS 3-PLY DOOR AND FRAME UNITS: (6ea) - 3' x 6'8''
x 1-3/4'', 3 ply type B-3G (1/2 glass) door and frame units are
included. Both facings shall be approximately .024'' stucco-embossed
aluminum, pre-painted beige to match the exterior wall. The door frames
shall be extruded aluminum, .093'' thick minimum, and come complete
with all fasteners and vinyl weatherstripping. Door includes 1-1/2''
pair hinges,key-in-knob lock, heavy duty door closure and 3/16'' clear
tempered glass, STANDARD: (17ea) -Picture windows are nominal 4'wide
x 3' high. They are installed 42'' off the floor, glazed with
3/16''clear tempered glass; and built into wall panel. They are
non-opening, and the entire window frame is finished in a 201-r1 clear
anodize. HORIZONTAL SLIDING WINDOW: (6ea)- Horizontal sliding windows
are nominal 4'wide x 3'' high. They are installed 42'' off the floor,
glazed with 1/8'' tempered clear glass; and built into wall panel. One
side is stationary, the other half slides to the side, and they shall
have an integral locking mechanism with cam latch and keeper. The
entire window frame is finished in a 201-R1 clear anodize. STAIRWAY:
One stairway shall be 32'' wide x 8'6'' high (nominal),includes a 3'6''
x 3'9'' landing, and railings. All members are pre-drilled, and all
steel is prime coated. All steel is ASTM A36. NOTE: Stair treads shall
be formed steel plate, prime coated (tread is 9-3/4'' wide and rise
between treads in 8''). COMPLETE STAIR ASSEMBLY MUST MEET OSHA 29 CFR
1910.24 REQUIREMENTS. AIR CONDITIONER -COOLING & HEATING: (7EA) - Air
conditioners shall be reverse cycle type that provide approximately
6800 BTU'S COOLING AND 6000 BTU's heating. The unit is a
through-the-wall type, and panel preparation in required. The unit is
115v. ELECTRICAL PACKAGE -CONCEALED: The electrical package shall
consist of 1/2'' EMT concealed in the panel and attached to flush
mounted 2 x 4 boxes at receptacle and switch locations; (7ea) wall
switches: (39ea) duplex receptacles; (39ea)quadruplex receptacles;
(26ea) phone fixtures; (32ea) fluroescent fixtures (100fc at desk
height); 100 AMP, 120/240v breaker box (12 double/24 single) and
breaker(s). This package must meet NEC (current edition). All required
connectors, fasteners, materials and installation instructions for
complete assembly shall be included. NOTE: installation cost should be
include as a separate line item. Quotation should include costs for
FOB destination to hurlburt Field, Fl. Warranty information, to include
period and coverage, shall be stated. Availability/projected delivery
time after receipt of order should be provided. FAR 52.212-1,
Instructions to Offerors-commercial, applies. IAW FAR 52-212-2,
Evaluation-Commercial Items, the Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The Government
anticipates the award of a firm-firxed price purchase order. The
following factors (in descending order on importance) shall be used to
evaluate offers: (i) technical capability of the item offered to mneet
the Government requirement; (ii) past performance, (iii) delivery time,
(iv) price(including FOB destination charges). Technical capability,
past performance, and delivery time, when combined, are 50% of the
evaluation factor. Quotations should be submitted in sufficient detail
to be used in evaluation of the offers. For evaluation of past
performance, offerors are required to submit information pertaining to
previous sales to other government activities or to private companies.
Include contract number, date of purchase, amount of purchase, and
name/address/phone number of purchaser. Failure to submit this
information for evaluation will result in subpar scoring in the
applicable area of evaluation. Offerors should include a completed copy
of the provisions a FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer. The FAR clauses at
52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5,
contract terms and Conditions Required to Implement statues or
Executive Orders-Commercial Items, 52-222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, 52-225-18,
European Community are incorporated by reference. DFARS 252.225-7001,
Buy American Act and Balance of Payment Program is incorporated by
reference. For a copy of the layout please call TSgt Joni Norman at
(904)884-3265. All questions should be directed to: TSgt Joni Norman,
(904)884-3265. Quotations should be submitted to 16 CONS/LGCS,
Attention TSgt Joni Norman, PO Box 9190, Hurlburt Field, Fl 32544-9190
or faxed to (904)884-5372, Attention: TSgt Joni Norman, to arrive not
later than 2 August 1996. See Numbered Note(s): 1. (0201) Loren Data Corp. http://www.ld.com (SYN# 0402 19960722\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|