Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

N -- Remove exsisting Jalousie windows, and replace with double hung windows

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-02-T-308
 
Point of Contact
Cedric Thomas, Contracts Specialist, Phone 202-767-7969, Fax 202-767-7897,
 
E-Mail Address
cedric.thomas@bolling.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. F49642-02-T-0308. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a total small business set-aside. The North American Industry Classification System code is 233310 (formerly SIC code 1531) at $28.5 million size standard. LINE ITEM 0001: Remove 71 existing Jalousie windows (53 windows 41 inches x 6 feet and 18 windows 18 inches x 6 feet) and replace with 71 double hung vinyl tilt windows for building 628, units one through ten. Quantity 1/JOB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. Funds are not presently available for this project. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: Statement of work for Tilt-wash double hung vinyl windows: 1. Scope of work: The contractor shall provide all management, tools, equipment, labor, applicable license and permits necessary to remove existing windows, furnish and install Energy Star thermal hung windows with sub frames for building 628, units one through ten at Bolling Air Force Base, D.C. Craftsmen skilled in the trade shall perform all work. 1.1 The following short work description shall serve as a general information only and shall not limit the contractors responsibility or obligation to conform to all state, local laws and in accordance with manufacturers recommendations. Estimated quantity for removing, furnishing and installing are: 53 Windows, 41 inches x 6 feet and 18 windows, 18 inches x 6 feet. All measurements and quantities are approximate. The contractor is responsible for verifying all quantities, measurements, accessories and openings before fabrication to avoid construction delays. 1.2. Description of Window Installation Features shall include: White interior and exterior frame and mullions, Insulated glass, Low e and argon, Full screens, cam lock and interlocking sashes, tempered glass, and designs that provide maximum ventilation 1.3. Performance Requirements: Provide vinyl trim units, which have been manufactured without defects, damage or failure. 1.4. Fire Test Characteristics: Test units per ASTM E84 for Class A requirement by UL or other testing and inspecting agency acceptable to authorities having jurisdiction. 1.5. Submittals: Submit listed submittals in accordance with conditions of contract: Product data, including manufacturers product sheet for specified products, selections and verifications samples for finishes colors and textures, manufacturer?s installation instructions, and warranties documents. 1.6 Delivery, Storage and Handling: Comply with manufacturers ordering instructions and lead-time requirements to avoid any delays. Deliver materials in manufacturers original unopened undamaged containers, with identification labels intact. Store materials protected from exposure to harmful weather conditions and at temperatures and conditions recommended by manufacturer. 2. Contractor requirements: 2.1 the performance period shall be 30 days after award. Workdays will be coordinated with the Government representative prior to start of work for final approval. 2.2 Security Requirements: Prior to start of work the contractor shall submit names and social security numbers of all personnel or any representative(s) of contractors entering Bolling AFB. The contractors employees shall abide by all security regulations of the installation. 2.3 The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor must complete AF Form 75, request for visitor/vehicle pass, and DD form 1172, application for Unified Services Identification Card, and submit it through Service Contract Section (CES/CEOEC) to the security forces pass and registration. Vehicle registration, proof of insurance and valid drivers license must be presented for all vehicles to be registered. 2.4. The Contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 2.5 Quality Assurance by Contractor: The contractor shall provide adequate supervision of his or her employees at all times to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 3. Hours of Operation: The contractor shall maintain the following hours, 0800 through 1600 hours, Monday through Friday. 4. Safety and Accident Prevention: The contractor?s compliance with OSHA safety and health standards and mandatory. Public law 91-596, Occupational Safety and Health Act Standards govern the contract. All personnel shall be instructed to be mindful of maintaining a safe environment. 5. Warranty: The contractor shall provide a written warranty, agreeing to repair or replace new windows in the event materials or workmanship fails within the specified warranty period. 6. Disposal: It shall be the responsibility of the contractor to dispose and remove discarded materials from units one through ten, building 628 at Bolling AFB to an off base site, meeting all local, county, state and federal regulations. The contractor shall not use any of the installation dumpsters for solid waste disposal. However, the contractor may use the installation recycling containers for the purpose of recycling only. Recycling is encouraged for both waste reduction and cost reduction purposes. 7. Government furnished services: 7.1 The Government will provide security police and fire protection to the extent necessary to ensure a safe installation. In return for these services the contractor shall adhere to the security fire directives, instruction and policy of Bolling AFB. 7.2 Ambulance and emergency medical services are available at the Medical clinic. The contractor?s employees will be billed directly, and is responsible for securing payment for their medical care. 7.3 Important Numbers: Security forces (202) 767-5000, Fire Department (202) 675-5777, Ambulance services (202) 767-5233 and Hazmat pharmacy (202) 767-8297 8. Interaction with Base Personnel: The Contracting Administrator (CA) and Quality Assurance Person (QA) shall act as liaison between all base occupants. Direct communication between base occupants is not authorized except through the CA or QA to resolve customer complaints or modify the contract. 9. Coordination: The point of contact for this project is Helen V. Walker, Quality Assurance Personnel, (202) 767-1259/e-mail: Helen.walker@bolling.af.mil FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5, 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: A site visit will be conducted on 23 Sep 02 at 1:00 P. M. EST. We will meet at building 5681, 2nd Floor Lobby. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Cedric L Thomas no later than noon, 20 Sep 02.? Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6, 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: General Maintenance Worker, Monetary Wage-Fringe Benefits: WG-8, $17.53. The incorporated Wage Determination 1994-2103, dated August 22, 2002, revision 27 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 26 Sep 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail or facsimile. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Cedric L Thomas, Contract Specialist, Phone (202) 767-7969, FAX (202) 767-7897, E-mail to cedric.Thomas@bolling.af.mil
 
Place of Performance
Address: 11Mmchord ST, Suite 103 234, Bolling AFB, DC
Zip Code: 20332-5403
Country: United States
 
Record
SN00169246-W 20020919/020917213627 (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.