Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

42d Contracting Squadron/LGC, 50 Lemay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334

78 -- TELESCOPIC BLEACHERS SOL F01600-98-Q1502 POC Gail Bumgardner, 334-953-2772 E-MAIL: gail.bumgardner@max2.maxwel.af.mil, gail.bumgardner@max2.maxwell.af.mil. This is a combined synopsis/solicitation for commercial items 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 number F01600-98-Q1502 is issued as a request for proposal (RFP). Award will be made using simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-5. This is an unrestricted procurement. The Standard Industrial Classification code is 2531 and the size standard is 500 employees. The requirement is to furnish and install telescopic bleachers. The bleacher seating must be curve seats in two-tone color royal blue on seat top and yellow on the base. End caps at all row ends are to be yellow. Manual operation, Bank A at 50' plus end rails, Bank B at 30' plus end rails, seven tiers, 26" row spacing, 9 5/8" row rise. Install at each aisle location swing-up first row access steps. Steps shall be fitted with four non-skid rubber feet each 3" in diameter. Each access step will be engaged with swing arms to the front row for preventing accidental separation of movement. Construction materials and finish shall be coordinated with the decking. Seats and decking shall be designed to resist a live load of 120 pounds per linear foot. Uniformly distributed live load of not less than 100 pounds per square foot of gross horizontal projection. Wheels shall not be less than 4" diameter x 1" non-marring soft rubber face to protect wood or synthetic floor surfaces. Wheels shall have molded-in sintered iron oil impregnated bushings to fit 3/8" diameter axles secured with E-type snap rings. Telescopic bases shall be fitted with not less than eight wheels under each moving row. Wheels to be fastened with tamperproof snap rings only. Lower track shall interlock with adjacent lower track with an internal anti-drift bearing at the front of track to prevent separation and misalignment. Each lower track shall contain a tier catch to lock each row in open position and allow unlocking automatically. The operating system shall incorporate a locking system permitting the discretionary securement of one, several or all rows in use or stacked position. Upper track shall provide a captive guide and an adjustable stop to provide an adequate row spacing to provide proper transition. Decking shall be fabricated from 5/8" AC grade plywood, interior type with exterior glue, 5-ply, all plies Southern Pine with plugged crossbands, produced IAW National Bureau of Standards P8-1-83. Decking to match wood seats and fascia; mixed lumber species unacceptable. Decks must be finished on all sides with protective moisture repellent sealer coat with use surfaces to receive two coats of high solids clear polyurethane finish. Decking shall be through-bolted fore/aft with lock nuts to deck stiffeners, doublers, and frame cantilevers to provide structural integrity. Deck end overhang shall not exceed vertical column location by more than 4". Rails are to be mounted below the deck to provide unobstructed foot room and to ensure clean sweep of deck surface. Decking and supports shall form a rigid closed deck structure providing position containment. Deck structure shall be fabricated leaving no opening such that any major human extremity could pass either accidentally or deliberately. Seat system shall each be 18" long unitized interlocking engineered high-density polyethylene posture pitched. Shall be designed with internal reinforcement ribs and cantilevered to the rear to provide not less than 5 " smooth toe space beneath the seat. External, exposed ribs permitting debris collection are unacceptable. The seat module shall be designed to accept and captively retain seat number plates. End caps are to be designed with concealed attachment and provide indentation for row letters. Bleachers to have a vertical flush front when in closed position. Plastic formulation to include color pigmentation. All body contact surfaces textured for comfort. All structural connections shall be secured by structural bolts with prevailing torque lock nuts or free-spinning nuts in combination with lock washers. The use of self-tapping bolts or screws without locking nuts is unacceptable. All equipment to be adjusted for smooth and proper operation. Contractor shall clean work area and remove debris from site. For rust resistance, steel understructure shall be finished with (Federal Specification TT-E-508) grey "Dura Coat" paint finish. Understructure finish shall contain a silicone additive to improve the scratch resistance of the finish. Tubular steel which cannot be painted inside, is unacceptable. Decking shall have all surfaces to receive a moisture repellent sealer coat with use surfaces to receive two coats of high solids clear polyurethane finish. All rails to have black semi powder finish. Hussey Seating Company or equal. Standard commercial warranty is required. Delivery: F.O.B. Destination within Consignees Premises, Maxwell AFB AL 36112. Required delivery schedule is 45 days after receipt of award. Time and date for receipt of proposals is 1500, 15 days after notice is published.. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items (AUG 1998) and FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items (APR 1998) applies to this acquisition. Addendum to this clause and provision include DFARS 252.204-7004 Required Central Contractor Registration (MAR 1998) and DFARS 252.232-7009 Payment by Electronic Funds Transfer (CCR) (JUN 1998). The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (OCT 1998) apply to this acquisition. The following FAR clauses cited within that clause are also 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 Handicapped Workers; and FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The provisions at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 1998). The following DFARS clause cited within that provision is also applicable: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (MAR 98). FAR provision 52.212-2 Evaluation Commercial Items (OCT 1997) is applicable with the following factors used to evaluate offers: (1) technical capability to meet requirement Government requirement and past performance and (2) price. Technical and past performance approximately equal to price. The Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition is C9E. The vendor responding to this acquisition should provide the following: a price quote on company letterhead, stating unit price, extended price, F.O.B. prompt payment terms, remittance address, and a completed copy of FAR clause 52.212-3 Offeror Representations and Certifications Commercial Items (JAN 1997). For information regarding this solicitation, contact Gail Bumgardner, 42 CONS/LGCS, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334; telephone 334-953-2772 or fax 334-953-6792. All responsible sources may submit a proposal, which shall be considered by this agency. Posted 08/27/98 (W-SN242864). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0384 19980831\78-0001.SOL)


78 - Recreational and Athletic Equipment Index Page