Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

Z -- Solar/Retention Film and Application

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Key West, Naval Air Station Building A-718, Key West, FL, 33040
 
ZIP Code
33040
 
Solicitation Number
N62467-02-Q-2748
 
Response Due
9/9/2002
 
Archive Date
9/24/2002
 
Point of Contact
Beverly Davis, Contracting Officer, Phone 305-293-3630, Fax 305-293-2631,
 
E-Mail Address
davisbc@efdsouth.navfac.navy.mil
 
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 solicited as a Request for Quotes (RFQ) conducted under Simplified Acquisition Procedures (SAP). Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-05. This is an unrestricted acquisition. The Government intends to purchase Solar/Safety Window film including delivery and installation for the Navy Air Facility, Key West, FL. GENERAL DESCRIPTION: The work includes delivery and installation of solar/safety film for sliding glass doors at approximately 418 Family Housing Units at Naval Air Facility, Key West, FL. Approximately 25, 900 SF. Installation safety practices shall be in accordance with Army Corps of Engineers EM-385, available at http://usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm. Wage Determination 94-2119 Rev 19 fro Monroe County is applicable. Sketches and the wage determination referenced herein are available at http://esol.navfac.navy.mil/ Care is to be taken not to damage Government property, vegetation, or equipment. Disposition of Debris. Except where specified otherwise or directed by the Contracting Officer, all rubbish, debris, and waste material shall be removed from the Government property and disposed of in compliance with existing local, state, and federal regulations. Schedule and Sequence of Work: Tenants are to be notified by contractor, at least 7 calendar days prior to date their sliding doors are to have film installed. Prior to beginning any work, contractor shall submit and obtain an approved schedule so sequence of work may be arranged. SITE VISITATION: Prior to submitting quotation, prospective quoters are invited to visit the site, inspect the work in place, and satisfy themselves as to the character and amount of fabrication and work to be accomplished. Site visitation scheduled for 23 Aug 02 at 1330 hrs, if desired, may be arranged with the ROICC office at 305-293-2069 for appointment, MINIMUM 24 HRS IN ADVANCE OF SITE VISIT DATE. TIME FOR COMPLETION: All work shall be delivered and installed within 120 calendar days after date of Purchase Order. DETAILED SPECIFICATION. Referenced American Standard Test Methods (ASTM): ASTM D 635 Rate of Burn, ASTM D 882 Tensile Strength, ASTM D 1003/1044 Surface Abrasion, ASTM D 1004/1922 Tear Resistance, ASTM D 1929 Self-Ignition, ASTM D 3330 Peel Strength, ASTM D 4830 Puncture Strength, ASTM E 84 Surface Burning Characteristics,ASTM E 162 Surface Flammability. Physical Property Requirements: Film Thickness .008", Multi-Ply. Tensile Strength 29,505. Break Strength 235. Elongation at Break 140%. Peel Strength 2850g/inch. Puncture Strength 146. Color Neutral. MINIMUM SOLAR PROPERTIES: Solar Reflectance 15%, Ultraviolet resistance 98%, Solar heat Reduction 45%, Glare Reduction 60%. Safety Glazing Compounds minimum meet ANSI Z97.1, Windborne Debris Protection Minimum:Dade County Building Codes PA 201-94/PA 202-94 PA 203-94. INSTALLATION. glass surface to receive the film shall be cleaned/primed in accordance with the film manufacturers instructions. Film shall be applied in accordance with the manufacturers recommendations and instructions. Film shall be applied to the interior (room) side of the glass for both single and double glazed sheets, unless otherwise indicated, and shall extend to within 1/16 inch of the edge of the visible glass area, and shall not be spliced or seamed. The film shall not be applied if there are visible dust particles in the air or if any room condition such as temperature and humidity do not meet the manufacturer's installation instructions. Film shall be clean without peeling, splitting, scratches, creases, wrinkles, discolorations or foreign particles. Film shall be free of application air bubbles after 30 days. Installed film will be free of distortion and waviness when viewed at a minimum of 10 feet, from interior, at a 45 degree viewing angle. Unacceptable fragment retention film applications are to be removed in accordance with manufacturers specifications and new film applied. QUALIFICATIONS. Installation/application must be completed by the film manufacturers trained installer or authorized representative. WARRANTIES: The film shall have a minimum 5 yr warranty, which provides for replacement of the film if cracking, peeling or inadequate adhesion occurs. CATALOG CUTS AND INFORMATION. Offerors should submit manufacturers data for the film, an 8 inch by 11 inch sample of the fragment retention film including the adhesive layer, and a list of glazing compounds and/or gaskets known to be INCOMPATIBLE with the fragment retention film. Submit proof of mftr authorized dealer/installer. Submit test reports for the offered product which identifies the thickness, adhesive type, glass type and thickness, and the recorded results. On applications where film will contact the glazing beads or gaskets, provide information from the manufacturer showing compatibility with the film and adhesive. The provision at FAR 52.212-1 Instructions to Offerors-Commercial applies. The provision at FAR 52.212-2 Evaluation-Commercial applies, with evaluation factors 1) Technical - including a)past performance, b) authorized or trained by manufacturer, c) film specifications and d) capability to meet delivery/installation 2) Price. The provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial is applicable and a completed copy MUST be submitted with quote. The provision at FAR 52.212-4 Terms and Conditions-Commercial Items applies. Clauses referenced or required can be accessed at http://farsite.hill.af.mil or http://www.deskbook.osd.mil. Offerors must: be registered in the CCR at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html, must submit references and brief performance history with offer, and offer should be constructed with pricing provided as follows: 50% for delivery of materials, 25% for half completion of installation, and 25% at completion. This is to facilitate the payments over the 120 day period rather than at end of 120 days. Provide 3 lines with pricing divided as requested. Questions regarding this acquisition must be submitted in writing no later than 30 Aug 02. Submit to davisbc@efdsouth.navfac.navy.mil . Offers must be received in writing by 4:00 PM EST on 09 Sep 02. Interested parties are responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). This work requires access to a military installation, and will require contractor to comply with security processes to obtain a pass to the facility.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62467H/N62467-02-Q-2748/listing.html)
 
Place of Performance
Address: Naval Air Facility, Key West FL
Zip Code: 33040
 
Record
SN00140164-F 20020815/020813221722 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.