Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10, 2001 PSA #2932
SOLICITATIONS

54 -- SUPPLY, DELIVER & SET-UP MANUFACTURED HOME(S), SWAN VALLEY, ID

Notice Date
September 6, 2001
Contracting Office
IDAWY Contracting Center USFS, 1405 Hollipark, Idaho Falls, ID 83401-2100
ZIP Code
83401-2100
Solicitation Number
IDAWY-101-1
Response Due
September 21, 2001
Point of Contact
Diane Kohler (208) 557-5775 or Konie Pipes (208) 557-5771
E-Mail Address
IDAWY-101-1 Manufactured Homes, Swan Valley, ID (kpipes@fs.fed.us)
Description
DESC: SUPPLY, DELIVER, AND SET UP MANUFACTURED HOME(S)) SOL IDAWY-101-1 DUE 092101 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; proposals are being requested and a written solicitation will not be issued. Solicitation # IDAWY-101-01 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-27. The NAICS Code is 45393. Small Business Size Standard is 500 employees. Item 01: One (1) Each manufactured home to be delivered and set up at the Swan Valley Work Center in Swan Valley, Idaho. Minimum specifications are: The home shall meet all standards and specifications of the HUD "Federal Manufactured Home Construction and Safety standards" for Swan Valley, Idaho (Bonneville County), except snow load shall exceed minimum specifications: Roof live snow load shall equal or exceed 60 lbs/sq. ft. of horizontal projected areas. A seal shall be affixed to the house specifying that the manufacturer has built the house in accordance with the HUD standard. The house shall be approximately 925 sq. ft. and include 3 bedrooms and a minimum of 1 and 's baths. Bathtub and shower surrounds shall be waterproof (ceramic tile, fiberglass, or approved equal) and have sliding doors. (If one bath is "3/4 bath", the glass door for the shower need not be a sliding door.) Each bathroom shall have exterior vented fans sized for the sq. footage of each bath. The lavatories shall be encased in cabinets, complete with waterproof Formica or approved equal countertop and backsplash, and with storage shelves and cabinet doors. House shall have a separate utility room complete with a standard size electric clothes washer and dryer ) installed). The dryer will be vented to the outside. The kitchen shall include a combination refrigerator/freezer with a minimum of 19 cubic feet capacity. A two basin stainless steel or enameled cast iron sink, and self-cleaning range with combination hood with exterior vented fan. Kitchen countertops and backslash materials shall be Formica or approved equal. House shall include a quick recovery electric hot water heater with a minimum capacity of 52 gallons. House shall be carpeted throughout with carpet and pad meeting the minimum HUD requirements EXCEPT in the kitchen and utility room floors shall be vinyl. All rooms shall have 1" vinyl or metal mini-blinds installed on all windows. All rooms shall have individually controlled wall mounted thermostats, electric baseboard heat. House shall include at least one exterior frost-proof faucet, and one exterior GFI outlet. A TV antenna lead-in shall be provided to the house with pre-wired TV outlets in the dinning room, living room, and bedrooms. Prewired telephone jacks shall be provided in each of the bedrooms and dinning room areas. All exterior doors shall have installed separate combination screen/storm doors. All appliances, utilities, fixtures, cabinets, and component parts or details not specifically covered by these specifications shall be those that are considered standard or better quality for commercial home building use as approved by the Forest Service Engineer. All materials used in this house(s) unless otherwise stated in this solicitation, shall be new and of the highest quality normally used for home building, considering strength, uniformity, durability, and appearance. Exterior and interior pants/stains, floor coverings, carpeting, countertops, etc., colors shall be designated by the Forest Service Engineer from samples submitted by the contractor. It is the Forest Services intend to blend the house in with existing structures at the Work Center site to avoid color and structural contrasts. Therefore, white-horizontal vinyl siding is preferred for the exterior siding, with a green metal roof. Contractor shall remove wheels upon delivery, set up and level the house on site. Contractor shall skirt the house completely, providing an access panel for servicing utility hookups, etc. The insulation will provide a minimum of R-10, and have a 6 mil vapor barrier installed on the inside side of the insulation continuously around the skirting. The insulation and vapor barrier will be firmly affixed to the skirting. Delivery date shall be seven (7) months after award of contract. Item 02 Forest Service option to purchase mobile home with same specifications, delivery date and location as above. Interior/exterior colors may vary. Provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Offerors shall include the following information when submitting a quote under this solicitation: (1) Manufacturer's specification sheet for item or items offered, (2) Description of warranties available with each item offered, (3) proposed design/floor plan(s), (4) References (past customers who have purchased similar homes). Offerors may submit alternative floor plan or plans from the above description for consideration. Offerors shall also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, past experience, design and floor plan, quality of product. The clause at 52.212-4, Contract Terms and Conditions Commercial items, applies to this acquisition. Addendum to this clause: Contractor shall submit two sets of drawings and specifications to the Contracting Officer's Representative for approval prior to shipment of home. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition with the following applicable additional clauses from paragraph (b): 52.222-21 Prohibition of Segregated Facilities (2/99), 52.222-26 Equal Opportunity (E.O. 11246, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 412), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans fo the Vietnam Era (38 U.S.C. 4212), 52.225-1, Buy American Act Balance of Payments Program Supplies (41 U.S.C. 10 a 10d), 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration (31 U.SC 3332). Offers are due September 21 by 4 p.m. MST at IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, ID 83401, Attn: Diane Kohler. Faxed offers will be accepted at 208-557-5829.
Record
Loren Data Corp. 20010910/54SOL001.HTM (W-249 SN50W9Q7)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on September 6, 2001 by Loren Data Corp. -- info@ld.com