COMMERCE BUSINESS DAILY ISSUE OF MARCH 7, 2001 PSA #2802
SOLICITATIONS
54 -- POLE/POST BUILDING WITH METAL EXTERIOR
- Notice Date
- March 5, 2001
- Contracting Office
- USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604
- ZIP Code
- 61604
- Solicitation Number
- 5114-1-6023
- Response Due
- March 26, 2001
- Point of Contact
- Jerry L. King, 309-681-6624
- E-Mail Address
- jlking@mwa.ars.usda.gov (jlking@mwa.ars.usda.gov)
- Description
- The USDA, Agricultural Research Service, North Central Soil Conservation Research Laboratory, Morris, Minnesota has a requirement for Pole/Post Building with Metal Exterior. 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-1-6023 is being issued as a Request for Quotation. This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22. The solicitation is 100% set-aside for small business. NAICS Code 332311 with a corresponding size standard of 500 employees applies to qualify as a small business. Offerors are to propose prices for the following: OPTION 1 -- Building Size 60' X 120' X 16' Eaves; OPTION 2 -- Building Size 60' X 104' X 16' Eaves; ADDITIVE 1 -- Ridge lighting the full length of the building; ADDITIVE 2 -- Four door bollards in concrete, two by each overhead door; ADDITIVE 3 -- 12" x 12" concrete curbs (with appropriate rebar) through each of the overhead doors; ADDITIVE 4 -- two horsepower commercial grade overhead door operators, with 3-button wall control; ADDITIVE 5 -- 100 Amp Electrical Service includes: service conductor, service head, meter socket, panel board with main breaker and 10 branch breakers (20 amp), and ground rod. Offerors shall submit Descriptive Literature describing their proposed building in enough detail to ascertain the building meets the criteria listed below. The Government reserves the right to award either Option 1 or Option 2, any/done or none of the additives. The new building shall be constructed in accordance with local building codes. Contractor may use the following as reference material: Pole and Post Buildings, Design and Construction Handbook created by Northeast Regional Agricultural Engineering Service. The offeror shall provide all labor, materials, equipment, design and performing all work to construct a completed pole/post building. Wage Decision KS010032, dated 03/02/01 will apply during the construction phase of the building. The building shall be constructed to meet the snow , wind and dead loading criteria for the construction location. Footing pads for poles/posts shall be installed below the frost line of the construction location. All lumber shall be construction quality kiln or air dried stress-graded product. In addition, poles/posts and skirt planking shall be pressure treated to prevent rotting. All poles/posts shall be installed in a concrete casing type of embedment with concrete poured to grade level. All concrete shall be 3500 psi. To prevent uplift, anchor sets which wrap around the footing pad and attach to the pole/post are required. Annular ring shank or spiral/screw shank nails shall be used for fastening of pressure treated lumber. Bolts and lag screws may also be used. Ribbed metal roofing and siding material shall be installed and it shall have a minimum 15 year warranty on coating to prevent oxidation. Roofing sheets shall be maximum of 24' in length to prevent failure of fasteners due to expansion/contraction. Only special nails or screws with sealing washers shall be used for attachment. Fasteners shall be color coated to match roofing/siding. Two overhead doors shall be provided, one centered at each end wall. Size of door shall be 24' x 14' high. Two 3' x 7' heavy duty steel service doors shall be installed with heavy duty closure and keyed latch system. Location of doors shall be selected by the Location Contact or his designee. Doors shall have a minimum of two layers of rust preventive coating. A minimum of 40' of ridge venting shall be installed, colored to match the roofing material. Four gable vents shall be installed, two equally spaced at each gable end. Size: 18" x 24". Any glue used for construction shall be a waterproof type. Pressure treated lumber shall be planed prior to gluing. Poles/posts may be notched to carry girders, however, the pole/post cross section shall not be decreased by more than 50%. Contractor shall install colored trim at base, corner, gable, eave, ridge, service doors, and overhead door openings. Color of roofing/siding material shall be chosen by the Location Contact or his designee and approved by the Contracting Officer. Contractor is required to provide building design documents to the Contracting Officer for review and approval prior to order of materials. Design documents to be submitted for review include: 1) Calculation for selection and spacing of roof trusses. Calculation shall identify the location of diagonal or "X" bracing, web bracing, and bottom chord bracing; 2) Calculation for pole/post sizing and spacing; and 3) Calculation of footing pad size. If material dimensions and quality are selected from preengineered design tables, then contractor shall provide copies of tables denoting the line items selected and written certification by the contractor that all assumptions in the tables have been satisfied. Long lead items may be approved prior to completion of design review. Offerors must include a commercial warranty for the building. FAR 52.212-1, Instructions to Offerors -- Commercial, FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3, Offeror Representations andCertifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; and FAR 52-214-21 Descriptive Literature apply to this acquisition. These FAR clauses may be viewed at http://www.ARNet.gov/far/ . Quotations will be evaluated on price and proof of meeting the salient characteristics listed above. The evaluation factors for award listed above shall be considered equally, with no one element being weighted more than the others. Award resulting from this solicitation will be made to the responsible offeror whose quote offers the "best value" to the Government, which may not necessarily be the quote offering the lowest realistic price nor the highest technically. In the event the offerors are considered essentially equal in terms of technical capabilities the government reserves the right to award to the offeror with the lowest realistic price. Payment will be made 30 calendar days after final completion and acceptance of the building. Building will be installed at a location determined by the Location Contact in Morris, MN. Material will be shipped FOB Destination to: USDA-ARS-MWA, NCSCRL; 803 Iowa Ave, Morris, MN 56267-1065. Prices must include any freight and shipping. Desired delivery and insulation of the building is within90 days after receipt of award (however delivery is negotiable). Offers must include a 30 calendar day acceptance period. Offers are to be received Not Later than the Close of Business, March 26, 2001 at USDA-ARS-MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604. The POC for this acquisition is Jerry L. King, (309) 681-6624, or E-Mail: jlking@mwa.ars.usda.gov. or FAX: (309) 681-6683. Faxed Quotations will be accepted.
- Record
- Loren Data Corp. 20010307/54SOL002.HTM (W-064 SN50F2H4)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on March 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|