|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#186037th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX
78236-5253 54 -- ONE MODULAR INPLANT OFFICE BUILDING SOL f41636-97-Q1357 DUE
061797 POC Bruce Taylor, phone 210-671-1723, FAX 210-671-5063 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: proposals are being requested and a
written solicitation will not be issued. However, as two drawings are
a part of the item description, all interested parties should request
copies of the drawings by FAX or mail; no oral requests for the
drawings will be accepted. This solicitation is issued as a request for
quote (RFQ). Submit written quotes (no oral ones), on requisition
F41636-97-Q1357. Quote must show two line items, one for the modular
building (including delivery cost) and a 2nd line item for
installation/set-up cost. Model number of modular system offered should
be provided with quote, along with any technical literature on the
system used. If installation/setup labor exceeds $2,500, the Service
Contract Act applies to wages paid on that labor. This procurement is
restricted to small business. This solicitation document incorporates
provisions and clauses that are in effect through Federal Acquisition
Circular 90-46. Standard Industrial Code (SIC) is 3448. Furnish and
Install: One modular in plant office building, as described in the
following SOW. (1.0) Project scope. All work shall be in conformance
with the requirements specified herein including the furnishing of all
materials, labor, plant, tools, equipment, and services necessary and
incindental thereto. The work required to be performed by the
Contractor consists of, but is not limited to, the following principal
items: (1.1) Furnish and install a new 14' X 50' X 9' tall modular
in-plant building divided equally into (5) offices, assembled inside
warehouse building 5189, located at Lackland Air Force Base, Texas.
Building will be complete, including electrical components, materials,
wiring, and heating and air conditioning units. (1.1.1) Wall System:
Wall panels shall have a minimum wall thickness of 2" and finished in
a standard color of oak, pecan, or light brown. Walls shall be capable
of supporting a storage roof or load bearing deck. (1.1.2) Structural
Framework: Extruded aluminum framework anodized to a clear or satin
finish. (1.1.3) Doors: Each office shall have a 3' X 7' X 1 3/4 " thick
door with tempered safety glass window in the upper half measuring
approximately 22" wide X 36" high. Doors shall be installed with all
hardware and locksets, and finished to match wall panels. (1.1.4)
Windows: Each office shall have full width sliding windows installed
approximately 4 feet off the floor. Windows shall be fabricated to
include 3/16 " (minimum) safety glass and be an integral part of the
wall system. Install an additional office window at side of building
oriented east. (1.1.5) Ceiling System: The ceiling system shall consist
of a complete class "A" grid-type system with 2' X 4' lay-in acoustical
board. (1.1.6) Floor System: The floor system shall include 3/4"
(minimum) tongue and groove wood board or similar construction and
finished with a commercial grade carpet tile. (1.1.7) Roof Deck: A full
metal roof deck to serve as dust cover and steel for 75 PSF load
bearing. (1.1.8) Electrical: The electrical system shall be completely
modular including wiring and UL listed components. All outlets, lights
and switches shall be connected. Each office shall contain six (6) 110
Volt duplex receptacles (no more than two per wall), two 2' X 4" light
fixtures, one light switch, and one 220 Volt receptacle. (1.1.9)
Climate Control: Install 230 Volt heating and air conditioning units
through -the-wall, below the window in each office. Each unit shall
deliver 11,000 BTUs (minimum) of cooling and 10,000 BTUs (minimum) of
heating. (1.2) Furnish and install 120/240 VAC power circuit. Circuit
shall consist of wiring in conduit (220' max conduit run), and cicuit
breaker to be installed in the exisiting warehouse panelboard.
Originate the new power circuit at the breaker and terminate at load
center of new in-plant facility. (2.0) Performance Period: Upon
completion of work, all building systems and components shall be
completely functional and ready for use. Work shall be completed forty
five (45) days after award of the purchase order. Contractor shall
coordinate all work details and specifics through the 37 CONS
Contracting Officer and the 37 CES Project Manager. Contractor shall
provide two day notice prior to beginning on site work. (3.0) Welding:
If on site welding is required it will not be performed without first
obtaining a welding permit issued by the Base Fire Department. (4.0)
Utility Outages: Utility outages shall be defined as a stoppage in
electric, gas, potable water, sewer, chilled or hot water, steam,
telephone, or any similar utility whether serving all or a part of a
single facility or of several facilitties. All utility outages shall be
coordinated with the using Agency through the Contracting officer's
representative. All work shall be coordinated and arranged to ensure
that the outage will be of minimumduration. (5.0) Toilet facilities:
Toilet facilities are available for use by Contactor Personnel in the
warehouse. (6.0) Facility Occupancy: The building covered by this
purchase order will be occupied. (End SOW) Note that the provisions at
FAR 52.212-1, Instructions to Offerers -- Commercial Terms, applies to
this acquisition. And the clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, applies to this solicitation. Specifically the
following clauses cited are applicable: FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers. The clause at DFARS 252.212-7001, Contract Terms and
Conditions required to implement Statutes or Executive Orders
applicable to Defense Acquisition of Commercial Items, applies to this
solicitation. Specifically the following clauses cited are also
applicable: DFARS 252.225-7001, Buy American Act and Balance of Payment
Program. Offerers must include with their offer a completed copy of the
provisions at FAR 52.212-3, Offeror Representations and Certifications
-- Commercial Items, and DAFRS 252.212-7000, Offerors Representations
and Certifications -- Commercial Items. Award will be based on
evaluation of requirements capability, lowest price, responsible offer.
Quotes must be sent in writing (no oral quotes), to the Point of
Contact indicated above. Quotes are required to be submitted not later
than 2:00PM (CST), 17 June 97, and acceptance must be good for 60
days. Award is anticipated to be made on or about 30 June 97. All
responsible sources that are small businesses may submit an offer,
which, if timely received will be considered by this agency.**** .
(0153) Loren Data Corp. http://www.ld.com (SYN# 0325 19970605\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|