Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS

54 -- COMMUNICATION SHELTER

Notice Date
September 7, 2001
Contracting Office
Bureau of Land Management, 6881 Abbott Loop Rd., Anchorage, AK 99507
ZIP Code
99507
Solicitation Number
LAQ015108
Response Due
September 21, 2001
Point of Contact
BOB ASKELIN 907-356-5808 or SANDEE SMITH 907-267-1326
E-Mail Address
Enter email address for more information or questions (bob_askelin@ak.blm.gov or s2smith@ak.blm.gov)
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with FAR Part 12.6, FAR Part 13 and Simplified Acquisition Procedures, 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. This requirement is being issued as a Request for Quotation, solicitation number LAQ015108. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 (25 JUNE 2001) and in Department of Interior Acquisition Regulations. Quotations are due by 2:00 PM local time September 21, 2001. Facsimile bid quotations will not be accepted. This specification covers the requirements for one Communication Shelter, assembled delivered to AFS Ft. Wainwright, ALASKA, 1544 Gaffney Rd. Line Item 001 Communication Shelter. Upon completion of this contract the shelter shall be fully assembled and operational. SPECIFICATIONS: Size shall be approximately 8' wide x 16' long x 10' high. The roof load shall be 75 PSF minimum. The floor load shall be 100 PSF minimum. The wind load shall be 90MPH minimum. Must meet minimum requirements for UBC seismic zone 3 ALASKA. HEATING/COOLING, HVAC/insulation combination able to keep an internal temperature of 68 degrees F with a variable external temperature from -40 degrees F to +100 degrees F. HVAC controls: low ambient, high & low pressure, anticycle. Thermostat, one each autochanging, one stage. Transfer switch, manual, 200 AMP, one stage. Generator inlet, one each, 200 AMP, one phase. Waveguide flanged opening, one each, 4 x 8" hole, 40' cable ladder, 12". Cable ladder hanger, trapeze or wall bracket, ten each. Power loss relay, dry contacts output, one each. High temperature detector, one each. Low temperature detector, one each. Smoke and heat detector, 120 VAC with relay, one each. Secondary surge arrestor, AC data system, one each. Holes cut for a 20-1/2" x 16" poly phaser panel (do not include the cost of the poly phaser), one each. Utility power system with lights, receptacles, switches, one unit. Keying system on door lock, cylinders must be compatible with BLM's existing system, which is "BEST" brand name. WARRANTIES: Supplies furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies. The Contractor shall require all warranties to be executed, in writing, for the benefit for the Government. DELIVERY: The successful offeror shall notify the Contracting Officer 5 working days prior to scheduled delivery of the communication shelter. The approximate delivery date for the communication shelter is December 3, 2001. Delivery shall be F.O.B. ORIGIN. Acceptance/inspection will be at Ft. Wainwright, ALASKA. The provisions at FAR 52.212-1 Instructions to Offerors -- Commercial Items apply to this acquisition. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. This acquisition will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. As prescribed in FAR 12.301(c) the provisions the Government will award this solicitation will result from the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price; (2) shelter requirements (roof load, floor load, wind load, warranties; (3) Quality (Appearance, years of experience, construction materials) (4) Delivery. The offeror may obtain all FAR regulations referred to in this synopsis at http://www.arnet.gov/far. The offeror should also provide its Contractor Establishment (DUNS number-D & B) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The written quotes and the above required information must be received on or before September 21, 2001 at 2:00 PM ALASKA TIME to the Bureau of Land Management, Campbell Tract Facility, Anchorage, AK 99507, Attn: Sandee Smith. Questions regarding this solicitation can be addressed to Sandee Smith at (907)267-1326 or technical questions can be addressed to Bob Askelin (907)356-5808
Record
Loren Data Corp. 20010911/54SOL003.HTM (W-250 SN50X0E6)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on September 7, 2001 by Loren Data Corp. -- info@ld.com