Two Story in Plant Office
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 announce... 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 (effective 20 Dec 2018). This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 321992 and the small business size standard is 500 employees. CLIN 0001 - 1-10'X12' Two-Story in Plant Office The contractor will provide all labor, equipment, materials, tools, supervision, and necessary services, to deliver and install 1-10'X12' Two-Story A-Wall 400 in Plant Office or Equal for Vehicle Maintenance. Specifications: Two-Story A-Wall 400 or Equal • 44 LIN. FT. A-WALL 400 VINYL FINISH WALL PANELS 8' HIGH • 44 LIN. FT. A-WALL 400 VINYL FINISH WALL PANELS 9' HIGH • 4 A-WALL 300 CORNER(S) UP TO 9' HIGH • 4 A-WALL 400 CORNER(S) UP TO 9' HIGH • 1 LOT VERTICAL FRAMING MEMBERS (BONE) • 240 SQ. FT. 1-1/2" GALVANIZED STEEL ROOF DECK • 240 SQ. FT. ACOUSTIC CEILING AND COMMERCIAL STEEL GRID • 1 BDLS 6" SONOBATTS SOUND/THERMAL R19 CEILING INSULATION (LOWER LEVEL) • 2 3'X6'8" WALNUT LEGACY SOUND CORE DOOR • 2 22"X36" TEMPERED DOOR GLASS • 2 ENTRY LEVER LOCKSET, SATIN CHROME • 10 39"X44"X3/16" TEMPERED WINDOW (FACTORY GLAZED) • 2 15"X44"X3/16" TEMPERED WINDOW (FACTORY GLAZED) • 8 110V RECEPTACLE(S) 20 AMP, WITH FLEX-4 CONNECTOR • 2 125V RECEPTACLE(S) 20 AMP, WITH FLEX-4 CONNECTOR (HVAC) • 2 SPST SWITCH(S), 20 AMP, WITH FLEX-4 CONNECTOR • 4 2X4 T-8 TROFFER LIGHTS, NO TUBES, WITH FLEX-4 CONNECTOR • 1 EATON 12 CIRCUIT BREAKER PANEL WITH FLEX-4 DISTRIBUTION • 4 DATA BOX PRE-INSTALLED WITH PULL LINE • 2 FACTORY FRAMED AIR CONDITIONER OPENING • 2 FRIEDRICH CHILL 8000 BTU AIR CONDITIONER (CP08) 115V • 2 FRIEDRICH DRAIN FITTING(S) FOR CHILL UNITS-TUBING BY OTHERS • 2 REMOTE CONTROL FOR FRIEDRICH HVAC UNIT • 6 SHEET(S) OF 3/4 " T & G PLYWOOD W/SCREWS • 4 10' C CHANNEL(S) WITH BRIDGING & HANGERS (8" DEPTH) • 1 8" C CHANNEL/BOX BEAM SET UP/FUEL CHARGE • 1 DETAILED DRAWINGS AND ASSEMBLY INSTRUCTIONS • 2 SIDE MOUNT FIRE SUPRESSION SPRINKLER HEADS (1 ON EACH LEVEL) • 1 (IBC) L-SHAPED STAIR WITH TOP LANDING TO 9'2.375 TOP OF DECK Unit of Issue: Lot Qty: 1 CLIN 0002- Freight Charges Freight Charges for Two-Story in Plant Office. Delivery Address: 106 Peacekeeper Dr Suite 2N3 Offutt AFB, NE 68113 Unit of Issue: Each Qty: 1 Site Visit An organized site visit is scheduled for 1000hrs/10:00 AM CST on 07 May 2019 at Vehicle Maintenance 106 Peacekeeper Dr Suite 2N3 Offutt AFB, NE 68113 to give prospective contractors an opportunity to view the location for better understanding. If interested in attending please RSVP with Mr. Chris Kueffer at christopher.kueffer.1@us.af.mil by no later than 1300hrs/1:00PM CST on 02 May 2019. Please send any questions in regards to this project to Mr. Chris Kueffer at christopher.kueffer.1@us.af.mil prior to the Site Visit on 07 May 2019. All questions arising from the site visit are to be emailed to Mr. Chris Kueffer at christopher.kueffer.1@us.af.mil no later than 10 May 2019 by 1500hrs/03:00PM CST. All questions will be answered and all questions and answers will be posted to www.FBO.gov. Pertinent Information • The contractor shall notify the Contracting Officer in writing if, during inspection and/or performance of work, additional funds are needed. The contractor shall not complete any other items outside the Scope of Work unless provided written authorization by the Contracting Officer. • Materials and Equipment: All materials and/or equipment shall be provided by the contractor installing the building. • Period of Performance shall be 21 days for the completion of work. • Warranty: The contractor shall provide a parts and labor warranty for a minimum of one year against defects and workmanship. • Clean Up: Any debris and/or trash shall be removed from the installation site prior to the contractor completing the work. • Hazardous waste disposal: The contractor shall properly dispose of any hazardous waste that was produced during the installation process. • Inspection: An inspection of the building installation shall be conducted by designated 55 LRS/LGRV personnel and the contractor prior to acceptance of the building. The following provisions and clauses apply to this requirement: - FAR 52.211-6, Brand Name or Equal - FAR 52.212-1, Instructions to Offerors--Commercial Items, - FAR 52.212-2, Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001 and CLIN 0002, - FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, - FAR 52.212-4, Contract Terms and Conditions-Commercial Items; - FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. The following clauses within applies: 52.219-6; 52.219-28; 52.222-3; 52.222-21; 52.22-26; 52.222-41; 52.222-42; 52.222-43; 52.222-44; 52.222-50; 52.225-13; 52.232-33 - FAR 52.237-1, Site Visit - Additional Clauses will be included at time of award. All vendors must be registered in the System for Award Management (SAM) database at www.sam.gov to be considered for award. All quotes are due to POC listed below (preferably by email) by no later than due time of 0800hrs/08:00 AM CST on 20 May 2019. Please send all quotes to: Chris Kueffer Contract Specialist, 55 CONS/PKC 101 Washington Square Offutt AFB, NE 68113-2107 Phone 402-294-4098 christopher.kueffer.1@us.af.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »