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

N -- Remove and replace existing vault door

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-0326
 
Response Due
9/26/2002
 
Archive Date
10/11/2002
 
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-0326 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 and replace existing Vault door in BLDG 46 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. 1. SCOPE OF WORK: The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to remove existing door, provide necessary framing support accessories, deliver and install new armory door. The location is Building 46, Bolling Air Force Base, DC. 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. 2. CONTRACTOR REQUIREMENTS: The contractor is to reuse existing doorframe unless determined incompatible with the new door by manufacturer. If new doorframe is to be use, a cost estimate needs to be provided to the Government. Existing day gate is to remain. The contractor shall remove existing vault door, purchase and install a new armory vault door that complies with the Federal Specifications and base security requirement. All Government measurements and quantities are estimated. The contractor is responsible for verifying all quantities and measurements. 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. QUALITY ASSURANCE 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 remove the existing security vault door, provide and install new armory vault door. Armory vault door shall comply with the following specification: Vault door. Shall comply with Federal Specification AA-D-600C, Class 5, Type IIL (left open swing with optical device), and Style H (Hand change combination Lock, IAW Fed Specs FF-L-2740). To include the Installation Security Forces Manager specifications mentioned below: Door shall be able to withstand opening and closing for approximately 50 times a day without breaking down or binding Door shall have the same access handle bar on both inside and outside Door shall be able to be opened from both side using the handle bar and be locked from outside using the hand combination locking device and be locked from the inside using the handle bar or reliable/suitable locking mechanism Door shall accommodate an optical device (peep hole) located within eye level 3.2. Product delivery, storage and handling. The contractor shall deliver a new armory door in good condition to the job site in manufacturers original unopened containers with label information clearly marked. All materials shall be on hand prior to starting any work to eliminate excess downtime. 4. PRE-INSTALLATION REQUIREMENTS: Before installation services are started, 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. REMOVING EXISTING SECURITY DOOR: Contractor shall remove the old security door and accompanying unusable recyclable metal scrap materials shall be disposed of at the base-recycling center. 6. INSTALLATION: Contractor shall purchase and prepare all necessary door framing support prior to installing new armory vault door in accordance with the manufacturers recommended procedures. 7. CLEANING: Contractor shall maintain a neat and clean appearance on the jobsite after each workday. Upon completion of the job, contractor shall ensure that the work area is clean. 8. COORDINATION. The point of contact for this project is the Government Quality Assurance Personnel, SSgt. Rainier T. Barbosa at (202) 767-1255 and Mr. Melvin Holston (202) 767-1090. 9. HOURS OF OPERATIONS. Hours of operation shall be from 7:00 AM to 4:30 PM Monday through Friday. If contractor requires different work hour schedule, a written justification must be submitted to the Quality Assurance Evaluator for approval. 10. QUALITY ASSURANCE. According to the Inspection of Services clause, the Government will evaluate the contractors performance using customer complaint and periodic methods of surveillance. 11. 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 12. 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. 13. WARRANTY: The contractor shall provide a written warranty agreeing to repair or replace new armory door in the event materials or workmanship fails within the specified warranty period. 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 24 Sep 02 at 10:00 A. 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. 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
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-02-T-0326/listing.html)
 
Place of Performance
Address: 11 MCCchord ST, SUite 103 234 Bolling AFB DC
Zip Code: 20332-5403
Country: United States
 
Record
SN00170803-F 20020920/020918222227 (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.