|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#217042d 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
|
|