GSA Advantage!



BUILDING QUALITY WORLDWIDE

Schedule 56, Buildings and Building Materials/ Industrial Services and Supplies

FSC 54, Pre Engineered Prefabricated Buildings and Structures

GSA Contract No. GS-07F-0383N

Contract Period: October 01, 2009 – September 30, 2019

ED L Construction, Inc.

P.O. Box 2339

Ramona, CA 92065

Phone: 760-788-2973 Fax: 760-788-2091

Website:

E-mail: edlcon@

ED L Construction, Inc. is a Small Business & SBA Certified HUBZone Corporation.

CONTRACT TERMS & ORDERING INFORMATION

1) AWARDED SPECIAL ITEM NUMBERS (SINs)

SIN 361-10A

Pre-Engineered and Prefabricated Buildings and Structures for Storage Solutions  Includes, but not limited to: storage containers, warehousing structures, hazardous/chemical storage, energy/power shelters, communications shelters, garages, portable vehicle tents, car ports, aircraft hangars, maintenance shelters, vehicle inspection stations, equipment shelters, barns, sheds, freight/shipping containers, portable workshops, and mobile containers. May be wood, fiberglass, steel, aluminum, metal, tension fabric or other membrane material, pre-cast concrete and includes accessories and options. Structures and buildings are suitable for support of emergency and disaster recovery efforts.

SIN 361-10D

Military Shelters and Container Systems and related accessories/options including but not limited to Military Vans, Expandable Shelter systems, Operations/Command Centers and Command Post Systems.

SIN361-10E

Modular/Mobile Office Buildings and accessories/options including but not limited to office and classroom use.

SIN361-10G

Guard and Security Buildings/Booths/Houses/Shacks/Shelters (with or without Bullet Resistance) Excludes Precast Concrete Types

SIN361-10H

Restroom and/or Restroom Shower Buildings including accessories/ options, portable or stationary (Excludes Precast Concrete Types)

SIN 361-30

Ancillary Services relating to Pre-Engineered/Prefabricated Buildings and Structures Including services relating to and ordered in conjunction with products purchased under the supply schedule contract, such as, field assembly, training, consultation and design assistance. EXCLUDES Construction as defined by FAR 2.101; Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR) Part 36; and services applicable to the Service Contract Act.

SIN 361-32

Installation and Site Preparation for Pre-Engineered/Prefabricated Buildings and Structures Applicable to installation and site preparation services ordered in conjunction with buildings and structures purchased under the supply schedule contract. SPECIAL ORDERING PROCEDURES, WHICH INCLUDE DAVIS BACON WAGE RATES AND CONSTRUCTION CLAUSES FOR INSTALLATION AND SITE PREPARATION, APPLY TO THIS SIN. EXCLUDES Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR) Part 36.

SIN 563-4

Roofing Materials, Products and Services Including installation and site preparation, related to and ordered in conjunction with products for repair or replacement of an existing roof. Roofing products include: roof coverings, including tarps suitable for support of emergency and disaster recovery efforts; coatings; single or multi-ply membrane; retro-roof systems; hot or cold laid roofing felts; shingles (excluding wood shingles); asphalts; tar; and associated application materials. Services include, but are not limited to: performance warranty/monitoring; roof maintenance; roof inspection; installation and site preparation; design assistance for roof information management system; training and consultation; asbestos core testing; moisture analysis; wind uplift testing; infrared scanning. Special ordering procedures, which include Davis Bacon wage rates and construction clauses for installation and site preparation, apply to this SIN. EXCLUDES Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR), Part 36.

SIN 206-03

Alternative and Renewable Energy Solutions, including Solar Energy Systems and Solar Lighting, Fuel Cells, Wind Power  Including all types of solar energy products, such as prepackaged PV and solar thermal systems, solar water pumping systems, and solar water heaters; and solar lighting, including all types of solar powered lighting, such as marine, aviation, roadway, sign lighting, indoor and outdoor lighting products and accessories. Includes, but not limited to, fuel cells, hydrogen based energy systems, wind energy systems, and other environmentally friendly renewable energy generation systems. This SIN includes alternative energy portable power sources and portable lighting suitable for support of emergency and disaster recovery efforts.

SIN 412-51

Installation and Site Preparation Services for Power Distribution Equipment Relating to and ordered in conjunction with products purchased under the supply Schedule contract, including installation which requires construction. Special ordering procedures, which include Davis Bacon wage rates and construction clauses for installation and site preparation, apply to this SIN. EXCLUDES Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR) Part 36

SIN 412-52

Power Systems Engineering Support Including, but not limited to, program management, engineering, technical, data management, and administrative support. Services offered must be in support of power systems and related products only. EXCLUDES personal services and Architectural Engineering Services (A&E), as defined by the Brooks Architect-Engineers Act, FAR 36.

1B) LOWEST PRICE MODEL FOR EACH SIN

SIN 361-10A MODEL: MOUT 8-40 $12,602.53

SIN 361-10D MODEL: 50100MS $76,412.72

SIN 361-10E MODEL: 75100PS $197,093.20

SIN 361-10G MODEL: 8X12X16GB $44,522.50

SIN 361-10H MODEL 12’X13’CS $26,180,25

SIN 563-4 MODEL: R4040 $41,398.32

SIN 361-30 MODEL: DS4040 $34,652.26

SIN 361-32 MODEL: IB4040 $31,791.06

SIN 206-3 MODEL: S EDL SP 60 $819.75

SIN 412-51 INSTALLER $75.05

SIN 412-52 ENGINEER $135.85

1C) HOURLY RATES

NOT APPLICABLE

2) MAXIMUM ORDER PER SIN

361-10A $150,000.00

361-10D $150,000.00

361-10E $150,000.00

361-10G $150,000.00

361-10H $150,000.00

361-30 $150,000.00

361-32 $350,000.00

563-4 $200,000.00

206-03 $300,000.00

If the best value selection places your order over the Maximum Order identified in this catalog/pricelist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contractor for a better price. The contractor may (1) offer a new price for this requirement (2) offer the lowest price available under this contract of (3) decline the order. A delivery order that exceeds the maximum order may be placed under the schedule contract in accordance with FAR 8.404.

3) MINIMUM ORDER

$100.00

4) GEOGRAPHIC COVERAGE

Domestic, 50 states, Washington, DC, Puerto Rico, US Territories and to a CONUS port or consolidation point for orders received from overseas activities.

5) POINT OF PRODUCTION

San Diego County

Ramona, California

6) DISCOUNT FROM LIST PRICES

SIN 361-10A, 361-10D, 361-10E, 361-10G, 361-10H & 563-4 11.395% BASIC DISCOUNT

SIN 206-03 10% BASIC DISCOUNT

SIN 361-30, 361-32, 412-51 & 5412-52 5% BASIC DISCOUNT

Open market items shall be identified and quoted separately from items awarded on the price list.

For calculation of the GSA Schedule price (price paid by customers ordering from the GSA Schedule, and the price to be loaded into GSA Advantage), the contractor should deduct the appropriate basic discount from the list price and add the prevailing IFF rate to the negotiated discounted price (Net GSA price). Current IFF rate is 0.75%.

The final Schedule contract award price is calculated as follows: Negotiated price divided by (1 minus .0075) which equates to Negotiated price divided by 0.9925. Example: ($100,000/0.9925) = $100,755.67.

7) QUANTITY/ VOLUME DISCOUNTS

NONE

8) PROMPT PAYMENT TERMS

1% at 10 Net 30

Information for Ordering Offices: Prompt payment terms cannot be negotiated out of the contractual agreement in exchange for other concessions.

9A) Government Purchase Cards must be accepted at and below the micro-purchase threshold.

9B) Government Purchase Cards are accepted above the micro-purchase threshold.

10) FOREIGN ITEMS (list items by country of origin): NONE

11A) TIME OF DELIVERY:

90 DAYS AFTER RECEIPT OF ORDER (ARO), SINs 361-10A, 361-10D, 361-10E, 361-10G, 361-10H, 206-03 &

563-4

30 DAYS AFTER RECEIPT OF ORDER (ARO), SINs 361-30, 361-32, 412-51 & 412-52

11B) EXPEDITED DELIVERY:

Contact Contractor

11C) OVERNIGHT AND 2ND DAY DELIVERY:

NOT APPLICABLE

11d) URGENT REQUIREMENTS:

Customers are encouraged to contact the contractor for the purpose of requesting accelerated delivery.

12) FOB POINTS:

Origin, Prepay and Add

13A) ORDERING ADDRESS:

ED L Construction, Inc. 1210 Olive Street, Ramona, CA 92065.

13B) ORDERING PROCEDURES:

For supplies and services, the ordering procedures, information on Blanket Purchase Agreements (BPA’s) are found in the Federal Acquisition Regulation (FAR) 8.405-3.

14) PAYMENT ADDRESS:

ED L Construction, Inc.

P.O. Box 2338

Ramona, CA 92065

15) WARRANTY PROVISIONS:

Standard Commercial Warranty (1 year)

16) EXPORT PACKING CHARGES:

Not Offered

17) TERMS AND CONDITIONS OF GOVERNMENT PURCHASE CARD ACCEPTANCE:

No Maximum Limit

18) TERMS AND CONDITIONS OF RENTAL, MAINTENANCE AND REPAIRs (IF APPLICABLE):

Not applicable

19) TERMS AND CONDITIONS OF INSTALLATION:

See Schedule for a complete description of SIN 361-32.

20a) TERMS AND CONDITIONS OF REPAIR PARTS INDICATING DATE OF PARTS PRICE LISTS AND ANY DISCOUNTS FROM LIST PRICES

Not Applicable

20b) TERMS AND CONDITIONS FOR ANY OTHER SERVICES

Not Applicable

21) LIST OF SERVICE AND DISTRIBUTION POINTS:

Not Applicable

22) LIST OF PARTICIPATING DEALERS:

Not Applicable

23) PREVENTATIVE MAINTENANCE:

Not Applicable

24) SPECIAL ATTRIBUTES SUCH AS ENVIRONMENTAL ATTRIBUTES (e.g. recycled content, energy efficiency, and/or reduced pollutants

Not Applicable

25) (DUNS) NUMBER- DATA UNIVERSAL NUMBER SYSTEM:

12-273-9519

26) NOTIFICATION REGARDING REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE:

Registration valid until April 10, 2015.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download