SOLICITATION NOTICE
54 -- PORTABLE MODULAR BUILDINGS FOR HURRICANE KATRINA RESTORATION EFFORTS
- Notice Date
- 11/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 321992
— Prefabricated Wood Building Manufacturing
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-06-T-0006
- Response Due
- 11/4/2005
- Archive Date
- 1/3/2006
- Small Business Set-Aside
- N/A
- Description
- 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. Solicita tion Number W912EE-06-T-0006 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2 005-06. The NAICS Code for this procurement is 321992 (SIC 2499) with number of employees not exceeding 500. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi has a requirement for one Modular Portable Office Building and three Modular Por table Band Room Buildings. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Furnish and Deliver Portable Modular Office Building , Quantity: 1, Unit: Each, Unit Price: $ _________; Total amount of Line Item 0001 $ _________ ___. Line Item 0002 Supplies/Services: Furnish and Deliver Portable Modular Band Rooms, Quantity: 3, Unit: Each, Unit Price: $________; Total amount of Line Item 0002 $ ____________. Total for Line item 0001 and 0002 $ ________________. 0001 PORTABLE OFFICE BUILDING. General. The portable building to be supplied under this contract shall be a new unit specifically designed for use as an office building . The units may be previously manufactured units currently in storage, newly constru cted units, or a combination thereof. Each of the units making up this building shall measure 12 to 14 feet wide and 56 to 64 feet long (nominal measurements, some minor variation authorized) capable of being joined together to form one contiguous struct ure. The entire structure shall encompass an area of approximately 6,000 square feet (some variation authorized) and contain 12 offices of approximately 12 X 12 feet. The offices shall be located on the perimeter of the building in such a way as to maxim ize the remaining open area. Two restroom areas, each with a male and female restroom area, shall be included in the building; one on each end. Quantity to be Delivered. The Contractor shall deliver one complete building under this Item. Delivery Location. The portable modular units to be supplied under this contract shall be delivered to the Government Staging Area located at the corner of Glascock Drive and Southpark Drive in Gulfport, Mississippi. Schedule. The portable modular units to be supplied under this contract shall be delivered to the staging area as soon as possible, but no later than 15 December 2005. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed buildin g meets the requirements of this solicitation. Drawings. Complete drawings, in .dwg format, showing the layout of the building being proposed shall be submitted either on electronic media (disk, memory stick) with your quote, or may be emailed separat ely to jack.a.little@mvk02.usace.army.mil . Hard copy drawings shall also be submitted which show overall dimensions of the units, layout of walls, restrooms, offices, locations of doors, and locations of all utility hook ups. Product Data. The Manufacturers technical data and catalog cuts describing the salient features listed in this solicitation, and the codes that the units comply with. If the manufacturers data does not specifically address the code requirements and/or salient features listed, a signed statement from the manufacturer stating that the units comply with the listed codes and the requirements for the salient features will suffice. The signed statement must specifically mention each code and each salient fea ture by name. Schedule for Delivery. The schedule shall show (in days after NTP) when the first module(s) will be delivered, how many individual modules will be delivered each day, and what day the final complete unit will be delivered. Code Requirements. The office building to be supplied under this contract shall comply with the following codes: International Building Code (2003), International Plumbing Code (2003), International Mechanical Code (2003), National Electrical Code (2002), International Energy Conservation Code (2003), NFPA 101(2003). Standard Products. Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such produ cts and shall essentially duplicate items that have been in satisfactory use for at least 2 years prior to receipt of quote. Warrantee. The portable units to be supplied under this contract shall include the manufacturers standard warrantee on materials and workmanship. Repair of Damaged Units. The Contractor shall provide a representative at the staging area to repair units damaged during shipment and replace missing or damaged parts and equipment. Heating and Cooling. The building to be supplied under this contract shall be equipped with heating ventilating and air conditioning (HVAC) equipment capable of maintaining indoor temperature of 70 degrees F (+/- 2 degrees) with outside temperatures rangi ng from 20 degrees F to 100 degrees F. HVAC units shall be electrically powered and thermostatically controlled. At a minimum, the building shall be supplied with one 3 ton air conditioning and one 10 kilowatt heating unit per module. The air conditioni ng units may be combined with the heating units. Electrical Requirements. The building to be supplied under this contract shall be equipped with minimum one 150 Amp single phase 120/240V electrical panel per module. Doors. The building to be supplied u nder this contract shall be equipped with a minimum of two (2) exterior doors which are located remotely from each other. All exterior doors, interior office doors, and restroom doors shall be minimum 3-0 wide by 6-8 high. Water Heater. The restroom s shall be equipped with an electric water heater. The capacity of the water heater shall be a minimum of six (6) gallons; or may be of the instantaneous type. 0002 PORTABLE BAND ROOM. General. The modular building units to be supplied under this contract shall be new units specifically designed for use as classrooms. The units may be previously manufactured units currently in storage, newly constructed unit s, or a combination thereof. Each of the units making up this building shall measure 12 or 14 feet wide and 56 to 64 feet long (nominal measurements, some minor variation authorized) capable of being joined together to form one contiguous structure. The entire structure shall encompass an area of approximately 1,400 1,500 square feet (some variation authorized) and one unit shall have no dividers, restrooms, or walls, but may have support posts as necessary. The other two units shall no dividers or wal ls, but shall have restrooms as indicated below. Units shall be provided as matched pairs of manufactured trailers and shall have permanent markings clearly identifying the trailers that make up a matched pair. Quantity to be Delivered. The Contractor sh all deliver 3 portable modular buildings under this Item. Delivery Location. The portable buildings to be supplied under this item shall be delivered to the Government Staging Area located at the corner of Glascock Drive and Southpark Drive in Gulfport, Mississippi. Schedule. The portable classroom units to be supplied under this contract shall be delivered to the staging area as soon as possible after receipt of Notice to Proceed (NTP), but not later than 15 December 2005. Submittals. The Contractor shall submit the following information with the bid package to verify that the proposed class room units as well as the Contractors plans for delivery meet the requirements of this solicitation. Drawings. Complete drawings, in .dwg format, showing th e layout of the building being proposed sha ll be submitted either on electronic media (disk, memory stick) with your quote, or may be emailed separately to jack.a.little@mvk02.usace.army.mil . Hard copy drawings shall also be provided that show overall dimensions of the units and locations of door s and locations of all utility hook ups. Product Data. The Manufacturers technical data and catalog cuts describing the salient features listed in this solicitation, and the codes that the units comply with. If the manufacturers data does not specifi cally address the code requirements and/or salient features listed, a signed statement from the manufacturer stating that the units comply with the listed codes and the requirements for the salient features will suffice. The signed statement must specific ally mention each code and each salient feature by name. Schedule for Delivery. The schedule shall show (in days after NTP) when the units will be delivered, how many complete units will be delivered each day, and what day the final complete unit will be delivered. Code Requirements. The portable classrooms to be supplied under this contract shall comply with the following codes: International Building Code (2003), International Plumbing Code (2003), International Mechanical Code (2003), National Ele ctrical Code (2002), International Energy Conservation Code (2003), NFPA 101(2003). Standard Products. Materials, equipment and units shall be the standard products of a manufacturer regularly engaged in the manufacture of such products and shall essent ially duplicate items that have been in satisfactory use for at least 2 years prior to receipt of quote. Warrantee. The portable classroom units to be supplied under this contract shall include the manufacturers standard warrantee on materials and workm anship. Repair of Damaged Units. The Contractor shall provide a representative at the staging area to repair units damaged during shipment and replace missing or damaged parts and equipment. Heating and Cooling. The portable buildings to be supplied under this contract shall be equipped with heating ventilating and air conditioning (HVAC) equipment capable of maintaining indoor temperature of 70 degrees F (+/- 2 degrees) with outside temperat ures ranging from 20 degrees F to 100 degrees F. HVAC units shall be electrically powered and thermostatically controlled. At a minimum, the buildings shall be supplied with two (2) 3 ton air conditioning units and two (2) 10 kilowatt heating units. The air conditioning units may be combined with the heating units. Electrical Requirements. The portable modular buildings to be supplied under this item shall be equipped with minimum 150 Amp single phase 120/240V electrical panels. Doors. The portable c lassroom units to be supplied under this contract shall be equipped with a minimum of two (2) exterior doors which are located remotely from each other. All exterior doors shall be minimum 3-0 wide by 6-8 high. Restrooms. Two of the portable units t o be supplied under this Item shall be equipped with two (2) restrooms each. Both restrooms shall be accessible from either classroom. Water Heater. The portable classroom units to be supplied with restrooms under this Item shall be equipped with an elec tric water heater. The capacity of the water heater shall be a minimum of six (6) gallons; or may be of the instantaneous type. Furnishings. The portable building to be supplied under this contract shall be equipped with a minimum of one (1) 4-0 x 4 -0 tack board and a minimum of two (2) 4-0 x 8-0 white marker boards. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the best value to the Government considering delivery schedule, technical capability, past performance, and price. The Clause 52.212-2, EvaluationCommercial Items applies to this acquisition. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descr iptions, etc. to enable the Government to determine technical acceptability; as well as sufficient past performance information for the Government to evaluate their past performance. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52. 212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause 252.212-7001 , Contrac t terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial item applies to this acquisition. See Clause 252.204-7004 ALT)If you are not registered in the CCR, an award CANNOT be made to yo ur company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 04 November 2005 not later than 10:00 a.m. at the USACE MISSISSIPPI RFO, WOLFE HALL, BUILDI NG 4230 ROOM 130, 709 MEADOWS DRIVE, BILOXI, MS 39535, ATTN: JACK LITTLE. For information concerning this solicitation contact Jack Little at 337-281-5128 or email at jack.a.little@mvk02.usace.army.mil. This requirement is also posted at the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.army.mil/contract/.
- Place of Performance
- Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Zip Code: 39183-3435
- Record
- SN00924523-W 20051103/051101212052 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |