|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#215245CONS, 1201 Edward H. White II St, MS 7200, Patrick AFB, FL
32925-3237 54 -- EQUIPMENT SHELTER FACILITY SOL F08650-98-TA397 DUE 081298 POC
Janice Heaton, Purchasing Agent (407) 494-7054, Bonnie Pruett,
Contracting Officer (407) 494-5206 WEB:
http://www.safaq.hq.af.mil/contracting/ccr0.html,
http://www.safaq.hq.af.mil/contracting/ccr0.html. This is a combined
synopsis/solicitation for a commercial item 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. Solicitation # F08650-98-TA-397 is issued as a
Request for Quotation. The solicitation document and incorporated
provisions and clauses are those in effect thru Defense Acquisition
Circular 91-13 and Air Force Space Command Circular 96-3. This
procurement is a sole source requirement; however, all responsible
sources may submit an offer, which will be considered by the 45th Space
Wing. The SIC code and business size standard are 5211/500. This
requirement is for a fixed price contract for one line item. Line Item
0001: Quantity -- 1; item description -- Air Quality Monitor Station,
manufactured by ROHN Inc., Equipment Shelter Facility -- A concrete
shelter featuring solid concrete design with 4" walls, steel rebar
reinforced high strength concrete, and exterior finish of exposed
aggregate. Must provide 2-hour fire rating per UBC and be virtually
waterproof and maintenance free with Internal Seals. Door 3'6" x 7'
galvanized and painted steel door; push-button lockset; NRP
non-corrosive hinges; door stop and hook; weather-stripping; aluminum
threshold and doorsweep; stainless steel pickguard; and fiberglass door
awning. Interior Finish " white FRP board paneling on walls and 3/8"
white vinyl board paneling on ceiling. Insulation R-11 insulation in
walls and R-19 insulation in ceiling. Flooring 1/8" vinyl floor tile
and cove molding. Miscellaneous accessories type 66 Telco Punchblock
and two (2) modular telephone jacks. Electrical System (a) 24 circuit
load center; 120/240 VAC single phase; 60 Hz operation; 200 AMP main
breaker; required breakers; (b) LB power entry; (c) required duplex
outlets; and (d) required 4' dual-bulb fluorescent lights with switch.
Exterior light 100 watt incandescent with switch and photo cell.
Lightning arrestor Joslyn 1265-85. Cooling/Heating two (2) 23,400 BTU
wall mount air conditioner with 5 KW heat strips and controls; lead/lag
controller. Cable entries one (1) 1" round blockout; one (1) 3" round
blockout; two (2) 10" round (1 in roof, 1 in wall); one (1) 2" PVC LB
Telco; two (2) 2" round blockout. Interior grounding -- #2 green
insulated stranded copper halo; four (4) #2 tinned solid copper drops
with 8' pigtails. NOTE: Price must include delivery and off-loading of
the shelter. The shelter shall be designed for the explicit use of
housing CTBT aerosol sampling equipment and related components within
a controlled environment required for proper equipment operating
conditions. Delivery must be made by 27 November 1998 with acceptance
and FOB at destination. Delivery will be to Ashland Municipal Airport,
Ashland, Kansas; the POC for delivery is Mr. Doug Graff, City Manager,
316-635-2205. FAR 52.252-1, Solicitation Provisions Incorporated by
Reference (FEB 1998), This solicitation incorporates one or more
solicitation provisions by reference, with the same force and effect as
if they were given in full text. Upon request, the Contracting Officer
will make their full text available. The offeror is cautioned that the
listed provisions may include blocks that must be completed by the
offeror and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror may identify
the provision by paragraph identifier and provide the appropriate
information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil/ (All letters in lower case.) (End of
provision). FAR 52.212-1 Instructions to Offerors -- Commercial Items;
FAR 52.212-3 Offeror Representations and Certifications -- Commercial
Items, DFARS 252.225-7000 Buy American Act -- Balance of Payments
Program Certificate and DFARS 252.225-7035 Buy American Act-North
American FreeTrade Agreement Implementation Act-Balance of Payments
Program Certificate (offerors shall provide a completed copy of the
provisions at FAR 52.212-3, DFARS 252.225-7000 and DFARS 252.225-7035
with offer). FAR 52.252-2, Clauses Incorporated by Reference (FEB
1998), This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at this
address: http://farsite.hill.af.mil/ (All letters in lower case.) (End
of clause). FAR 52.212-4 Contract Terms and Conditions -- Commercial
Items (without addenda); FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
with the following applicable clauses for para b -- 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 and FAR 52.222-37 Employment Records on Special
Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
with the following applicable clauses -- DFARS 252.225-7001 Buy
American Act and Balance of Payment Program and DFARS 252.225-7036
North American Free Trade Agreement Implementation Act; FAR 52.225-11
Restrictions on Foreign Purchases; FAR 52.246-1 Contractor Inspection
Requirements; FAR 52.247-34 FOB Destination; DFARS 252.204-7004
Required Central Contractor Registration (***AS OF 01 JUNE 1998 IT IS
MANDATORY FOR ALL VENDORS TO BE REGISTERED IN THIS SYSTEM IN ORDER TO
RECEIVE A FEDERAL GOVERNMENT CONTRACT. TO REGISTER CALL 1-888-227-2423
or register on-line at
http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower
case.)***); DFARS 252.232-7009 Payment by Electronic Funds Transfer
(CCR) (JUN 1998); and AFSPCFARS 5352.212-9500 Commercial Warranty. Any
contract awarded as a result of this solicitation will be a DO rated
order certified for national defense use under the Defense Priorities
and Allocations System (DPAS) (15 CFR 700). The Government intends to
make a single award to the responsible offeror whose offer is the most
advantageous to the Government considering price and price-related
factors to include past performance. FAR (provision) 52.212-2,
Evaluation -- Commercial Items, complete para (a) with the following:
Award will be made to the offeror who meets the solicitation's minimum
criteria for technical acceptability at the lowest price and has a
satisfactory past performance record. To be determined technically
acceptable, the offeror must furnish product literature which
demonstrates that the products offered meet each and every requirement
stated in the purchase descriptions given above for Items
________________________. **THE FOLOWING MUST BE COMPLETED, AS
APPLICABLE, & RETURNED WITH YOUR QUOTE:1. IF YOUR QUOTE IS FOB ORIGIN,
PLEASE PROVIDE THE TOTAL SHIPPING WEIGHT _________ AND/OR THE SHIPPING
COST ________. 2. IF THIS/THESE ITEM(S) IS/ARE ON ANY GOVERNMENT
CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT AND: CONTRACT NUMBER --
_________; EXPIRATION DATE -- ______; PROMPT PAYMENT TERMS -- _______;
FOB POINT -- __________. 3. FOR WARRANTY PURPOSES, PLEASE FURNISH THE
FOLLOWING INFORMATION FOR EACH LINE ITEM: THE WARRANTY EXTENDS FOR A
PERIOD OF ___ DAYS OR ___ YEARS FROM ( ) DATE OF SHIPMENT, ( ) DATE OF
RECEIPT OR ( ) DATE OF INSTALLATION. 4. CONTRACTOR DUNS NUMBER --
____________. 5. CONTRACTOR CAGE CODE -- ________. 6. IS THE "REMIT TO"
THE SAME AS THE ORDERING ADDRESS? __YES/__NO IF "NO", PLEASE FILL IN
CORRECT "REMIT TO": NAME OF COMPANY -- ________________ NO/STREET OR PO
BOX NO. -- ______________ CITY/STATE/ZIP -- ____________.** Offers are
due no later than 4:00 PM EST on 12 Aug 98 at 45 CONS/LGCSB, 1201
Edward H. White II St., Bldg. 423, Patrick AFB, FL 32925-3237. For
information contact Ms Janice Heaton, Purchasing Agent, at (407)
494-7054, Fax (407) 494-2983. See Numbered Note 22. Posted 08/02/98
(W-SN231454). (0214) Loren Data Corp. http://www.ld.com (SYN# 0296 19980805\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|