Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

Z -- RECONFIGURE SYSTEMS FURNITURE (EXISTING HAWORTH)

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731
 
Solicitation Number
FUDIGX21780100
 
Response Due
9/10/2002
 
Archive Date
12/10/2002
 
Point of Contact
Susan Bergeron, Contracting Officer, 781-377-3987
 
E-Mail Address
Click Here to E-mail the POC
(susan.bergeron@hanscom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; proposals are being requested and a written solicitation will not be issued. This requirement is advertised as a SMALL BUSINESS SET-ASIDE. The NAICS Code for this synopsis/solicitation is 337215 and the Size Standard is 500 employees. Purchase Request number FUDIGX21780100 is issued as a Request for Quote (RFQ). Please reference this number in your quote. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-08 effective 29 July 2002. The Government intends to award 1 contract line item numbers (CLIN), as described in the Statement of Work to RECONFIGURE BLDG. 1612. The procurement for the RECONFIGURE BLDG. 1612 is required to have the following specifications: STATEMENT OF WORK Reconfigure Bldg. 1612, First Floor, Hanscom AFB MA 1. SCOPE: The contractor shall furnishing all labor, planning, materials, tools, equipment and transportation necessary to perform all operations in connection with the RECONFIGURATION OF BLDG. 1612, FIRST FLOOR. This request includes the disassembly of 37 workstations (Haworth) and reconfiguration of 42 workstations as follows: Qty Size # Employee Accommodations 2 8x8 2 3 8x10x10 (with doors) 3 25 8x8 25 2 8x16 4 2 16x16 8 42 Refurbished materials for the additional workstations are desired if available. The Government requires 22 new electrical drops and a new electrical panel to support updated base requirements for electrical supply to all workstations. The contractor will supply approximately 220 cartons for temporary use. The Government will pack all loose items, mark crates, and unplug electrical items. The contractor will move and return crates throughout the project. 2. All work shall be compliant with all current Local, State and Federal Codes. 3. SUPERVISOR: The Contractor shall have a supervisor on site at all times while work is in progress. 4. NORMAL WORKING HOURS/CONDITIONS: Monday through Friday, 0730 to 1630 (excluding weekends and holidays). Any changes to these hours shall be coordinated through the CONTRACTING OFFICE, 72 hours in advance. 5. NOTICE TO PROCEED: After contract award, only the Contracting Officer will give the Contractor permission to start work (Notice to Proceed). 6. PERIOD OF PERFORMANCE: Contractors should complete "Final" site visits by 9 Sep 02 and proposals are due no later than 10 Sep 02. Period of performance is 60 calendar days from the date of contract award with the exception of long lead items, which shall be verified in writing from the supplier to the contracting officer. 7. NOTIFICATION OF COMMENCEMENT: The Contractor shall notify MR. BILL BASSETT, (781) 377-4815, at least 48 hours prior to starting work. If there are any problems, contact the Contracting Officer. 8. MEASUREMENTS: Contractor shall verify all measurements, existing equipment/parts in the field. A Site Visit is scheduled for 5 Sep 02 at 0900, meet at Bldg. 1612. All discrepancies shall be brought to the attention of the CONTRACTING OFFICER, in writing, within 3 business days. 9. CLEAN UP: Contractor shall be responsible for daily clean up of the work site, more often as necessary, to maintain a clean and safe working environment. 10. SAFETY: The Contractor is solely responsible for compliance with the Occupational Safety and Health Act (OSHA) and the resulting standards, OSHA Standard 29 CFR 1910, 1926, and the protection of their employees. It is the Contractor's sole responsibility to make certain that all safety requirements are met. Additionally, the Contractor is responsible for the safety and health of all sub-Contractor employees. The Contractor shall immediately report any accidents involving Air Force property/equipment damage, or Contractor personnel injuries occurring on the job to the Contracting Officer. Additionally, the Contractor is responsible for securing the scene and impounding evidence/wreckage until released by the Contracting Officer. It will be the Contracting Officer's responsibility to notify the ESC Safety Office. The Air Force's interest is to protect Air Force personnel working in or around Contractor operations, and with protection of Air Force equipment/property. In the event an unsafe condition is discovered with Air Force provided facilities or equipment, the ESC Safety office will be immediately notified by the Contracting Officer. Air Force Safety, Fire Protection, and Bioenvironmental Engineering officials may periodically enter a Contractor's workplace to verify working conditions of Air Force personnel, provided the Contracting Officer authorizes such action. If an improper procedure or unsafe condition exists, which places AF personnel or equipment in jeopardy the Contracting Officer will be notified and the situation corrected. Department of Labor, OSHA inspectors are authorized right of entry to inspect any place of employment operated by an Air Force Contractor. They are, for the most part, "NO NOTICE" inspections. NOTE: Notify the ESC Safety Office, 781-377-5135, if an OSHA inspector visits your site unescorted by an Air Force Safety Technician. If an Air Force inspector observes a potential OSHA violation, he/she will report the violation to the Contracting Officer, who will then notify the Contractor. 11. PRODUCTS/MATERIALS: The Contractor shall follow the written manufacturer's instructions and procedures for all products and equipment used in performance of this Statement of Work. The Contractor shall submit, through the Contracting Officer, samples, product specifications, and Material Safety Data Sheets (MSDS) for all materials proposed. The Contracting Officer reserves the right to disapprove a product submitted. All products and equipment shall comply with DFARS 252.225-7001, "Buy American Act" and DFARS 252.225-7012, "Preference for Certain Domestic Commodities. These clauses may be view at http://farsite.hill.af.mil. 12. POINTS OF CONTACT: Contracting: Ms. Susan Bergeron at 781-377-3987 or Ms. Tina Callahan at 781-377-6737 Customer: Mr. Bill Bassett 781-377-4815 or Bob Lesco 781-377-4801 Quotations that do not include prices for all Requirements will not be considered. Period of performance is stated in the Statement of Work. IAW FAR 52.237.1, Site Visit, offerors are urged and expected to inspect the site where installation is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors- Commercial and FAR 52.212-2, Evaluation -Commercial Items. Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, past performance, and price. Offerors are required to submit at least three references for evaluation of past performance of same or similar services or items. Offerors must include a completed copy of provision FAR 52.212-3, Offeror Representation and Certifications, Commercial Items (unless offering against a GSA Schedule). The following clauses also apply: FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, (in paragraph (b) the following clauses apply: 52.219-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.232-33, 52.222-41, 52.222-42 (Electrical, GS 11-4 equivalency is $24.95 per hour and Laborer, WG 3-2 equivalency is $11.84 per hour.) and 52.237-1, Site Visit. Wage Decision 1994-2255, Rev (18), dated 06/06/2002 applies. DFARS provisions and clauses are as follows: 252.204-7004, 252.225-7002, and 252.212-7001, with the following applicability: 252.225-7001. FAR 52.252-2, Clauses Incorporated by Reference, clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. All offers are due no later than 3:00 PM (Eastern Standard Time) 10 Sep 02. Offers may be mailed to ESC/PKOP, ATTN: Susan Bergeron, 20 Schilling Circle, Bldg 1305, 3rd Floor, Hanscom AFB, MA 01731-2800, emailed to susan.bergeron@hanscom.af.mil, or faxed to (781) 377-4324 ATTN: Susan Bergeron. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website http://www.ccr.gov. See numbered note 1.
 
Web Link
N/A
(http://www.eps.gov/spg/USAF/AFMC/ESC/FUDIGX21780100/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00152813-F 20020830/020828221218 (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.