Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 30, 2001 PSA #2861
SOLICITATIONS

54 -- CONCRETE EQUIPMENT SHELTER

Notice Date
May 25, 2001
Contracting Office
U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247
ZIP Code
75247
Solicitation Number
ACD-1-Q-0017
Response Due
June 5, 2001
Point of Contact
Cheryl A. Aldridge 214 905-5392 X 1
Description
The Immigration and Naturalization Service, Dallas, Texas is issuing 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; quotations are being requested and a written solicitation will not be issued. Solicitation ACD-1-Q-0017 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. A single award will be made. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. CLIN 0001: 1 each building to the specifications listed below $__________. The Contractor shall provide the necessary equipment, material and personnel required to manufacturer, deliver and set up/tie down concrete equipment shelter. Building to be exterior 12' X 26' X size to accommodate 9' interior ceiling to be delivered FOB to Los Tomatos Border Patrol Station, 3305 South Expressway, Brownsville, TX 78521 on or before July 11, 2001. The building WILL CONFORM to Motorola "Quality Standards, Fixed Network Equipment Installations" Edition R56, 98-82904Y01-0 which is available from Motorola Inc., Systems Center Engineering, 1301 E. Algonquin Road, Schaumburg, IL 60196 (800-422-4201) as well as meet local and national electrical, building and OSHA standards. Construction: Concrete and steel structural system with integral concrete floor; insulation factor minimum R18. 1 each steel door with deadbolt lock with 3 sets of keys; plywood and paneling interior walls will be white in color; exposed aggregate exterior; and low static floor covering. Exterior walls, floor and roof will be constructed of precast concrete panels with a roof load rating of a minimum of 140 pounds per square foot. Rough drawing of the following placements is available upon request. Air conditioning to be located on one of the short sides; the door to be located on the opposite short wall; weatherhead to be located at the end of one of the long sides at the same end as the AC. The 24-port microwave entry port is to be mid way on the same wall as the weatherhead. Main breaker panel to be located inside at the weatherhead. Cable ladders: 1 parallel with short wall 3 feet from wall at A/C end, and another to be located parallel from the other short wall 5 ' from wall, both to span width of building. There are also 2 cable ladders to be located 3 feet from and parallel to the long walls terminating between the cable ladders on the short ends. There is an additional cable ladder to run parallel to the short ends from the entry port to the furthest cable ladder. Accessories: 200-amp single-phase main breaker panel. AC surge suppressor: Joslyn preferred, (gas tube suppression is unacceptable). 60-watt interior fluorescent or equal light value of 70 foot-candles illumination in each room will be flat at 3' above floor with cable ladder installed. 1 each exterior light by the door, in tamperproof exterior weatherproof housings, 60 watt incandescent bulbs. 12 each 120v duplex receptacles evenly spaced on front and rear walls located at standard height above the floor. 12 each 120v duplex cable tray receptacles in conduit mounted in the cable ladder. Cable ladder will be installed per NEC 318-7. 2 each ground fault exterior duplex receptacles, one on each long exterior wall mounted 3' above base of building wired to one circuit breaker. Cable ladders are to be 84" (7') from the floor. 1 each grounding system that meets Motorola "R56" standard which includes buss bars below the entry port inside and outside will be used. Automatic equipment room vent system 12" w/motorized intake and exhaust with louvers, hoods, thermostat, screen and filters. 24-port grounded microwave-guide cable entry port, 90" from the floor with 5" openings with covers. 1 each 18" X 48" door canopies. Door canopies to be painted to match outside doors. 2 each 2-ton HVAC units capable of holding equipment room temperature to no hotter than 78 degrees (Fahrenheit) regardless of exterior temperature. Heat strips are to be used to maintain the minimum 70-degree temperature. HVAC Units will alternate operation weekly and will automatically switch upon failure using a lead/lag controller. Units to be located on walls not the roof. Status and temperature to be capable of remote monitoring the system must be capable of automatically switching between heating and cooling. 1 each 2w088 ABC fire extinguisher. 1 each 120vac photoelectric smoke/heat detector with 9vac backup with form C contacts capable of remote monitoring. Ionization smoke detector dual chamber w/1-set dry contacts. Door entry (low voltage) alarm contact switch with normally open/closed/common Contacts capable of remote monitoring. Door are to be steel 3070 insulated w/frame, hinges and lock prepared, have hydraulic closer with hold open feature and painted with enamel color to blend with the shelter exterior aggregate color. Locks are to be dead bolt lockset. Engineering drawings: A complete drawing package will be supplied to Contracting officer within 10 days of award for approval before construction begins. Three (3) sets of Professional Engineer (PE) stamped drawings of the "as built" approved design with calculations will be supplied to Contracting Officer. The drawing package will include but not be limited to the following: 1. Finished interior details; 2. Shelter layout; 3. List of materials; 4. Electrical schematic; Warranty: a minimum of three years. Include a copy with your quote. Delivery: Delivery/transportation/off-loading onto Government provided foundation at Los Tomatos Border Patrol Station. Include all permits and fees and crane rental. Note: 1 piece off load onto foundation. The provisions at FAR 15.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 12.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Award will be made to the most advantageous offer to the Government, price and other factors considered. QUOTER SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications-Commercial Items along with the firm's DUNS number. FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisitions: FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy America Act-Supplies, 52.232-34 Payment by Electronic Funds Transfer -- Other Than Central Contractor Registration, and FAR 52.252-1, Solicitation Provisions Incorporated by reference (available at http://www.arnet.gov/far). Include a list of references which includes point of contact name, phone and fax number. Quotes are due 6/5/01, 1:30pm, at Immigration and Naturalization Service, ATTN: ACDCAP/Aldridge, 7701 N. Stemmons Freeway, Dallas, TX 75247. Inquiries and quotes may be faxed to 214 905-5568. All responsible sources may submit a quotation which shall be considered.
Record
Loren Data Corp. 20010530/54SOL001.HTM (W-145 SN50N1X2)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on May 25, 2001 by Loren Data Corp. -- info@ld.com