Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

S -- Window Tinting

Notice Date
9/18/2002
 
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-0281
 
Response Due
9/27/2002
 
Archive Date
10/12/2002
 
Point of Contact
Devin Banks, Contract Specialist, Phone 202-767-7961, Fax 202-767-7897, - Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816,
 
E-Mail Address
devin.banks@bolling.af.mil, willie.haney@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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-02-T-0281. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a small business set-aside. The North American Industry Classification System code is 561790 (formerly SIC code 7349) at $6 million size standard. LINE ITEMS: 0001 Install Window Tint, Bldg 50, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002 Install Window Tint, Bldg 12, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: A complete price breakdown is required as part of your offer for each line item listed above. The following is an example: number of hours, hourly rate, materials, completion time for each building, etc. Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be partially awarded. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. 1. SCOPE OF WORK: The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to install tinted Solar Control film on glass panels at Bolling Air Force Base Officers Club, building 50 and 11th Services Squadron, building 12. 1.1. The following short work description shall serve as general information only and shall not limit the contractors responsibility or obligations to conform to all state, local laws and in accordance with manufacturers recommendations. 1.2. The estimated area for the glass panels is approximately 5659 square feet. All measurements and quantities are estimated. The contractor is responsible for verifying all quantities and measurements. 2. CONTRACTOR REQUIREMENTS: The contractor shall have experience in installing laminating film to oversized glass panels. 2.1. SECURITY REQUIREMENTS: The contractor shall submit names of all personnel assigned on site prior to start of work for base passes and security clearance requirements. 2.2. SUPERINTENDENCE BY CONTRACTOR: The contractor shall provide adequate supervision of his employees at all times to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 3. GENERAL REQUIREMENTS: The contractor shall install Solar Control Films: 3MTM Scotchtint TM Plus All Season (Low E) Window Films, 1 mil polyester film using pressure sensitive acrylic adhesive specifically designed for window film, resistant to distortion due to changing temperatures and able to withstand weathering, sunlight and UV with the following properties: Color: Dark; Emissivility: 0.34 to 0.87; U value; 1/4 inch non-insulated glass: 0.74 to 1.09; Double insulated glass: 0.40 to 0.50; UV Blocked: 98% to 99%; and Total Solar Energy Rejected: 34% to 77%. 4. PRE-INSTALLATION REQUIREMENTS: Contractor shall provide certified test data stating materials as applied and tested meets or exceeds specified requirements. Submit manufacturers literature for products furnished, including application instruction appropriate Material Safety Data Sheets (MSDS), use requirements, maintenance and cleaning instructions describing proper cleaning procedures and proper cleaning solutions to use. 4.1 Before installation services proceed, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the suitable completion of these services. 5. INSTALLATION: Contractor shall apply film to glass in accordance with manufacturers instructions. Assure no bubbling, peeling, wrinkling, cracking or tearing occurs when film is laminated to glass. 6. CLEANING: Contractor shall maintain a neat and clean appearance on the jobsite after each workday. Upon completion of the job, contractor shall remove all debris and ensure that the work area is clean. 7. COORDINATION. The point of contact for this project is the Quality Assurance Personnel, Mr. Melvin Holston (202) 767-1090. 8. HOURS OF OPERATIONS. Hours of operation shall be from 7:00 AM to 4:30 PM Monday through Friday. If contractor requires different schedule, a written justification must be submitted to the Contracting Officer for approval. 9. QUALITY ASSURANCE. According to the Inspection of Services clause, the government will evaluate the contractors performance using customer complaint and periodic methods of surveillance. 10. AVAILABILITY OF GOVERNMENT SERVICES. Water, electrical power, lighting and designated equipment holding area will be made available to the contractor by the government in the performance of their work. 11. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 12. WARRANTY. The contractor shall provide a written warranty agreeing to repair or replace new solar control films in the event materials or workmanship fails within the specified warranty period. WORK LOAD ESTIMATE: BUILDING 50 (OFFICER CLUB),Capital Ballroom South: SIZE: 51 ft x 15 ft, QTY: 1, Sq.Ft: 765, Material: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal-Break; Main Capitol Ballroom: SIZE: 74 ft x 14 ft, QTY: 1, Sq.Ft: 1050, Material: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal-Break; Potomac Room: SIZE: 69 ft x 15 ft, QTY: 1, Sq.Ft: 1035, Material: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal-Break SIZE: 69 ft x 15 ft: QTY 1, Sq.Ft.: 1035, Material: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal-Break. WORK LOAD ESTIMATE: BUILDING 12 (SERVICES SQ HQ), East Side: SIZE: 25 ft x 23 ft, QTY: 1, Sq. Ft.: 575, Material: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal Break. West Side: SIZE: 30 ft x 35 ft, QTY: 1, Sq. Ft.: 1050, Materials: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal Break. North & South: SIZE: 32 ft x 37 ft, QTY: 1, Sq. Ft.: 1184, Materials: Aluminum, Glass: Insulated, Ops: Fixed, Description: Thermal Break. 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: (b) DFAR (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: A site visit will be conducted on 23 Sep 02 at 1:30 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 Devin D. Banks, no later than 2:00 PM, 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, 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, 52.223-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFAR (Chapter 2), 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: Laborer, Monetary Wage-Fringe Benefits: WG-02, $10.15; Employee Class: Maintenance Trade Helper, Monetary Wage-Fringe Benefits: WG-5, $13.96. 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 27 Sep 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail or facsimile. An official authorized to bind your company shall sign the offer. 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 Devin D. Banks, 2Lt, USAF, Contract Specialist, Phone (202) 767-7961, FAX (202) 767-7897, E-mail to Devin.Banks@Bolling.AF.Mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-02-T-0281/listing.html)
 
Place of Performance
Address: Bolling Air Force Base Washington DC
Zip Code: 20332
Country: USA
 
Record
SN00170802-F 20020920/020918222226 (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.