Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
MODIFICATION

Z -- REPLACEMENT OF ROLLUP DOOR

Notice Date
7/10/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Commander, Naval Network Operating Command, NCTAMSLANT, Supply and Fiscal Department 9625 Moffett Avenue, Norfolk, VA, 23511
 
ZIP Code
23511
 
Solicitation Number
N62470-03-Q-0006
 
Response Due
7/18/2003
 
Archive Date
8/2/2003
 
Point of Contact
Linda Mathews, Contract Specialist, Phone 757-445-9704, Fax 757-445-9375,
 
E-Mail Address
mathewsl@nctamslant.navy.mil
 
Description
This Modification Replaces the Previous Statement of Work With A New Statement of Work For The Replacement of the Roll-UP Door. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Request for Quotes are hereby requested under RFQ N62470-03-Q-0006, a subsequent solicitation document will not be issued. Acquisition Department at NCTAMS LANT Norfolk, Va. intends to purchase on a full and open competitive all or none basis a replacement rollup door in accordance with the following statement of work: STATEMENT OF WORK REPLACE ROLLUP DOOR AT M-51 NCTAMSLANT NORFOLK, VA DESCRIPTION: This requirement is to replace rollup door located at Bldg. M-51 loading dock in the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMSLANT), 9625 Moffett Avenue, Norfolk, VA on the Naval Station Norfolk. Contractors are expected to inspect the work site and satisfy themselves as to the amount, character of work and conditions under which the work is to be performed prior to starting work. Verify all locations, measurements, and boundaries prior to start of work. SCOPE OF WORK: Contractor is to provide all materials, labor and equipment necessary to perform the following tasks: Demo Door. Existing door #1008 is a rollup door mounted in a 8?6? x 10?5? jamb to jamb to lintel opening. Remove and dispose of door, frame and all associated materials off Government property in accordance with local, state and federal laws. Install a new security rated Rollup door with a mechanical locking device for additional security measures. A sign warning of the presence of a mechanical locking device shall be provided. Door shall be electrically operated with a manual operator as backup. Provide controller and new electrical wiring and conduit from panel box to rollup door. No means to open/close door from exterior side shall be provided. Replace any cove base where it was necessary to remove doorframe. Match existing color and size. Repair, patch and paint block wall (one coat primer, 2 topcoats) damaged or exposed during the removal of door, frame, conduit, controller ect. Finished color coat of new door and frame shall match existing door and frame. Labels: Testing shall be in accordance with ASTM E-152 or UL 10B. Labels shall be metal with raised letters, and shall bear the name or file number of the door and frame manufacturer. Labels shall be permanently affixed at the factory to frames and door. Door labels shall not be painted. All doors and frames shall be installed and tested according to industry standards listed in: American National Standards Institute (ANSI), American Society for Testing Materials (ASTM), Doors and Hareware Institute (DHI), Hollow Metal Manufacturers Association (HMMA), Steel Door Institute (SDOI) and Underwriters Laboratory (UL). Provide ?Overhead Rain Drips? for rollup door approximately 4 ? projection, with minimum length equal to overall width of door opening. GENERAL: All materials, equipment and workmanship shall be subject to the approval of the Facilities Manager at NCTAMSLANT. The Facilities Manager must approve any deviations in requirements before any changes are done. Work hours are 0700-1600, Monday ? Friday. Work will be performed in a secure environment. All workers must check in upon arrival and will be escorted 100 percent of the time they are in the building. All workers must provide proof of U.S. citizenship prior to starting work and carry proper identification at all times. Technical point of contact is Larry Hinton, 757-444-8832. Contracting point of contact is Linda Mathews, 757-445-9704. SUBMITTALS: NOTE:Tenant will choose all colors, types and styles. Engineering Technician or designated representative will approve the following: Shop Drawings for door and frame Accessories Weatherstripping Manufacturers printed Installation details. Submit manufacturer's descriptive literature for door, frame, and accessories. Include data and details on door construction, reinforcement construction. Hardware items Paint scheme All Literature to be submitted at the time of Bid Proposal to Linda Mathews, NCTAMSLANT Norfolk, Va. PROTECTION AND REPAIR: Comply with all fire prevention requirements, security rules and regulations of the activity, and provide approved means necessary for the protection of all government and private property, including contents of buildings affected directly or indirectly. CLEAN UP: Remove daily all debris and other materials left over as a result of the work and leave the premises clean. Disposal of debris shall be in accordance with all local, state and federal rules and regulations. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI A250.3 (1999) Test Procedure and Acceptance Criteria for Factory Applied Finish Painted Doors and Hardware Reinforcings AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A 591 (1998) Steel Sheet, Electrolytic Zinc-Coated, for Light Coating Mass Applications ASTM A 653/A 653M (2000) Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process ASTM A 924/A 924M (1999) General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process Under Specified Pressure Differences Across the Specimen FOB Point: Destination to Norfolk, VA. 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply; 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (31 U.S.C. 3332),FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N62470-03-Q-0006), provisions and clauses, which have been incorporated, are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text, DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses applies; DFAR 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (SEP 1999),DFAR 252-204-7004 Required Central Contractor Registration (MAR 2000); (a) Definitions. As used in this clause ? (1) ?Central Contractor Registration (CCR) database? means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) ?Data Universal Numbering System +4 (Duns+4) number? means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) ?Registered in the CCR database? means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by 18 July 2003 4:00 PM EST. Offers can be faxed to (757-445-9375) or mailed to; NCTAMS LANT, 9625 Moffett Avenue, Attn: L. Mathews Code N73, Acquisition Department, Norfolk, VA.23511-3392. Reference RFQ N62470-03-Q-0006, on your proposal.
 
Place of Performance
Address: NAVAL COMPUTER AND TELECOMMUNICATIONS AREA MASTER STATION ATLANTIC (NCTAMSLANT), 9625 MOFFETT AVENUE, NORFOLK, VIRGINIA
Zip Code: 23511
Country: USA
 
Record
SN00368783-W 20030712/030710213917 (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.