Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2001 PSA #2931
ANNOUNCEMENTS

-- MODULAR VAULT

Notice Date
September 5, 2001
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
ZIP Code
40601-6192
E-Mail Address
USPFO for Kentucky (Cindy.Walton@ky.ngb.army.mil)
Description
The Kentucky Army National Guard is issuing a combined synopsis/solicitation for commercial services 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, quotes are hereby requested. A written solicitation will not be issued. This is issued as a Request for Proposal (RFP), Number DAHA15-01-R-0006, which incorporates provisions and clauses in effect through Federal Acquisition Circu lar 97-26. (A) DESCRIPTION: Provide and install one relocatable modular vault at the National Guard Armory, Richmond, KY. Scope includes providing all materials, labor to install, tools, shipping and delivery, to provide a complete usable installation i n the existing Unit Maintenance Area of the Armory. Modular unit shall have maximum exterior dimensions of 20' wide X 18' deep X 11' high. Minimal interior dimensions shall be 18 inches wide X 16' deep X 10' high. Vault door shall have a minimum size of 3'-6 inches wide x 6'-8 inches high. Modular vault assembly shall meet Underwriters Laboratories (UL) Class M which is equal to 1/4 hour net attack time resistance. Vault door shall meet Federal Specification AA-D-600B and shall have a digital lock meet ing the Federal Specifications. Modular unit shall provide a complete enclosure with floor, walls, ceiling and door. Panels may be composition pre-cast concrete and metal, metal composition and other prior approved assemblies meeting the security require ments. Panels shall be able to be assembled, disassembled, relocated and reassembled using standard tools and a minimal skilled labor force. Provides three 1 inch diameter metal conduits stubbed out at least three inches with threads on each side of the conduit above the door header to allow for access of IDS conduits and lighting installation. Provide a Z vent or prior approved method of providing emergency ventilation near the door. Shop drawings and submittal materials shall be provided to the USPFO for KY (ATTN: Gary Wright) in five copies for approval by the Construction and Facility Manager prior to fabrication. Another five copies of As-Built Installation Drawings will be provided to the USPFO upon completion of work. (B) APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror Commercial Items, Addendum paragraph (d Product Samples -- delete in its entirety, paragraph (h) Multiple Awards -- delete in its entirety, the government plans to award a single contract resulting from this solicitation; (2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (3) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; (4) FAR52.214-21, Descriptive Literature; (5) DFAR 252.204-7004, Required Central Contractor Registration; (6) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commercial Items, the following clauses are applicable and incorporated by reference: FAR52.222-21, Prohibition of Segregated Facilities; 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 for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam era; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; FAR 52.232-36, Payment by Third Party. (C) EVALUATION FACTORS: The contract type for this procurement will be fixed price, and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors, consideration of technical capabilities to provide the item required, quality of proposed items; (2) past performance, caliber of offeror's performance in terms of timeliness of delivery on previous contracts; and (3) total cost or price. (D) INSTRUCTIONS: Offers shal l include: (1) a cost proposal, (2) descriptive literature of product proposed; (3) FAR 52.212-3, Representations and Certifications -- Commercial Items, filled in completely, (4) a list of at least three customers, to which the offeror provided a similar it em covered by this solicitation within the past three years. Include company name, POC, phone number, and a brief description of item provided for each reference. Failure to provide items 1-4 listed above with your offer may cause your offer to be consid ered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site www.ccr2000.com or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submi tted NLT 2:00 p.m. local time on 19 Sep 01 to USPFO for Kentucky, ATTN: Gary Wright, 120 Minuteman Parkway, Boone NG Center, Frankfort, KY 40601-6192. Facsimile offers will not be accepted. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Questions may be directed to Gary Wright, 502-607-1426.
Record
Loren Data Corp. 20010907/SPMSC035.HTM (D-248 SN50W8E6)

SP - Special Notices Index  |  Issue Index |
Created on September 5, 2001 by Loren Data Corp. -- info@ld.com