COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS
54 -- MODULAR BUILDINGS
- Notice Date
- September 7, 2001
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- RFQ2-37177
- Response Due
- September 17, 2001
- Point of Contact
- Alma N. Garcia, Purchasing Agent, Phone (650) 604-5803, Fax (650) 604-3020, Email agarcia@mail.arc.nasa.gov -- Jill Willard, Contracting Officer, Phone (650) 604-3007, Fax (650) 604-3020, Email jwillard@mail.arc.nasa.gov
- E-Mail Address
- Alma N. Garcia (agarcia@mail.arc.nasa.gov)
- Description
- This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This procurement is for Three (3) Refurbished Modular Buildings. The requirements for the Modular Buildings are as follows: Two (2) 48' by 60' Modular Buildings with Nine (9) 12' by 12' offices and the remaining area approximately 10' x 10' in size set up for workstations. One (1) 96' by 60' Modular Building with Fifteen (15) 12' by 12' offices and the remaining area approximately 10' by 10' in size set up for workstations. Each 48' by 60' modular shall have two restrooms. The 96' by 60' shall have four restrooms. Each modular shall have T-grid suspended ceiling, recessed fluorescent lighting, pre-finished paneling, heating and air conditioning ducted thru the ceiling with return air at the walls, and at least ten tinted windows with tinted frames. They shall also have 110v duplex electrical outlets throughout the modular buildings. All modular buildings shall meet the standard fire code which requires a sprinkler system. The 96' by 60' modular shall have six exits and the 48' by 60' shall have four exits. Set-up shall include Skirting and Wind/Seismic restraints. Telephone panel and data line panels shall be included. All modular buildings shall be carpeted. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 233310 and $27.5, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA-Ames Research Center, Receiving Section, Building 255, Moffett Field, CA 94035-1000 is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 2:00p.m.(PST) no later than 9/17/01 and may be mailed or faxed to NASA-Ames Research, Attn: Alma Garcia, Mail Stop 241-1, Moffett Field, CA 94035-1000 or faxed to (650) 604-3020 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-4, 52,219-5, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than 9/12/01 noon (PST). Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RFQ2-37177)
- Record
- Loren Data Corp. 20010911/54SOL001.HTM (D-250 SN50X0X5)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on September 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|