Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26, 2001 PSA #2880
SOLICITATIONS

54 -- PREFABRICATED TRAILER FOR TRANSPORTATION BUS LOT, 2ND AND L STREET, SE, DISTRICT OF COLUMBIA PUBLIC SCHOOLS, WASHINGTON, DC 20020

Notice Date
June 22, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACW31-01-T-0081
Response Due
July 9, 2001
Point of Contact
Josephine Baran (202)529-2207
Description
The U.S. Army Corps of Engineers, Baltimore District, intends to award a firm fixed price contract from Request for Quotations No. DACW31-01-T-0081 to purchase one each double wide trailer, including delivery and set-up of unit(s) at Transportation Bus Lot, District of Columbia Public Schools, 2nd & L Street, SE, Washington DC 20020. The primary work will be fabrication of the trailer. 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. The solicitation number is DACW31-01-T-0081 and is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 90-45. This acquisition is 100% set-aside for small business. The standard industrial classification (SIC) code is 3448. The North American Industry classification code is 332311. The small business size standard is 500 employees, including affiliates. There is only one line item that the government intends to purchase. One (1) each double wide trailer, including delivery and set up of unit(s) at Transportation Bus Lot, District of Columbia Public Schools, 2nd & L Street, SE, Washington, DC 20020. 1.Provide, deliver, and set-up new 66' x28' double wide trailer. 2. The new trailer shall be complete with all interior and exterior finishes, wood entry stairs, wood ramp with handrails, doors, windows and under the floor electrical raceways to provide service for systems furniture. Systems furniture to be furnished and installed by others. 3. The new trailer shall be equipped with the following toilet rooms: Women's toilet room to have three (3) toilet stalls, one (1) stall shall be A.D.A. compliant, three (3) lavatories, one (1) lavatory shall be A.D.A. compliant. Men's toilet room to have two (2) toilet stalls, one (1) stall shall be A.D.A. compliant; two (2) urinals, one (1) urinal shall be A.D.A. compliant; three (3) lavatories, one (1) lavatory shall be A.D.A. compliant. 4. See drawing for trailer layout. You may register and download the drawing by accessing the Baltimore District Corps of Engineers web site at ebs.nab.usace.army.mil. The following letters and description correspond to the letters shown on the drawing. A. A.D.A. accessible 3'0" x 6'8" door. C. New heating and cooling system. D. Restroom exhaust to exterior. E. Roof mounted security lights. F. New handicap ramp constructed on-site using pressure treated lumber (the drawing is representative of what is required the exact location may change). G. New stairs constructed on-site using pressure treated lumber (again, the drawing is representative of what is required the exact location my change). General specifications: Size 66' long box size, 28' wide, 8' ceiling height; Interior finish paneled walls, VCT floors, gypsum ceiling, three (3) private offices; HVAC central heating & cooling; Water heater (WH), electric; Electrical fluorescent ceiling lights, 110/240 volt single phase; two 100 amp breaker boxes; Windows/Doors horizontal slider windows, two vision panel doors with standard locks; Exterior finish/frame aluminum siding, I-Beam frame or perimeter frame, standard drip rail gutters, skirt trailer crawl space. Any necessary permit(s) to transport trailer to site is responsibility of contractor (transport time constraints in D.C. may exist). The delivery point of the supply item is F.O.B. Destination. Inspection and acceptance will be at destination. The required delivery date of the trailer, including the handicap ramp and stairs that are built on site is August 17, 2001. Due to the location where the trailer will be sited (placed), a site visit by all prospective quoters is highly encouraged and recommended to satisfy themselves regarding all general and local conditions that may affect the cost of the contract, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit is scheduled for Thursday, June 28, 2001. Prospective quoters will meet at the Transportation Bus Lot, District of Columbia Public Schools, 2nd & L Street, SE, Washington, DC at 10:00 A.M. Conducting the site visit and available to answer questions regarding the scope of this project will be Kevin Redd, Engineering Technician, Corps of Engineers, (202) 345-7578 (cell phone), and Victor Harvell, District of Columbia Public Schools. Contracting issues/questions may be directed to Josie Baran, purchasing agent, (202)529-2207. You may confirm that your firm will attend/be represented at the site visit by contacting Josie Baran (202)529-2207/ e-mail address is josephine.e.baran @ nab02.usace.army.mil. All contractors are advised that the following clauses/provisions apply to this acquisition (full text of these clauses/provisions are available at http://farsite.hill.af.mil Note: The best way is to "Copy and Paste" by highlighting the text, choosing "Edit" and then "copy" from the top line menu of the browser (or CTRL+C); and then pasting, choosing "Edit" and then "Paste" from the top-line menu in your word processor (or CTRL+V). The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition; Note: The government intends to award a contract resulting from this solicitation to the lowest responsible, responsive firm whose quote conforms with the specifications and delivery and is in the best interest of the government; the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items Note: Firms submitting quotes must include a completed copy of the provision at 52.212-3 with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Specifically, paragraph (b)(18), 52.225-1, Buy American Act Balance of Payments Program Supplies, (b)(21) 52.225-13, Restriction on Certain Foreign Purchases, and (b)(24), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (CCR) Note the clause at DFARS 252.204-7004, Required Central Contractor Registration your firm must have a current registration on file with the database to be eligible to receive an award (Lack of registration in the CCR database will make a quoter ineligible for award. Quoters and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil or http://www.ccr2000.com . The quoter must submit warranty information with its quote. Quoters may submit quotes not later than 4:30 PM EST on July 9, 2001 to the following address: Penn Center, U.S. Army Corps of Engineers, 3rd Floor, 1709 Third Street, NE, Washington, DC 20002 ATTN: Josie Baran. There is no formal bid opening for this acquisition since this is a Request for Quotations. For information regarding the solicitation, contact Josie Baran @ (202)529-2207/ via fax (202)529-2251. This acquisition is 100% set-aside for small business.
Record
Loren Data Corp. 20010626/54SOL001.HTM (W-173 SN50P882)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on June 22, 2001 by Loren Data Corp. -- info@ld.com