Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2004 FBO #0823
SOLICITATION NOTICE

41 -- Dust Collection System Building 356

Notice Date
2/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
423730 — Warm Air Heating and Air-Conditioning Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
FA4613-04-Q-0008
 
Response Due
3/12/2004
 
Archive Date
3/13/2004
 
Point of Contact
Mary Abbott, Contract Specialist, Phone 307-773-4752, Fax 307-773-4161, - Curtis Swan II, Flight Chief, Phone 307-773-6603, Fax 307-773-4161,
 
E-Mail Address
mary.abbott@warren.af.mil, curtis.swan@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation /Synopsis: This combined solicitation/synopsis is 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 FA4613-04-Q-0008 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-20. The applicable North American Industry Classification System Code (NAICS) is 423730 with an employee standard size of 500. The proposed contract is set-aside for a Small Business (SB). The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the blanks filled in as follows: Request for Quotation will be evaluated for price and compatibility with specifications. Quotes shall include pricing information to include material unit price and extended total as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. The clause at FAR 52.222-6, Davis-Bacon Act, General Decision WY030004, 01/16/2004, WY4, applies to this acquisition. FAR 52.236-3, Site Investigation and Conditions Affecting the Work, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b)(5), (14), (16-19), and (29). The following clauses are also applicable to this acquisition: DFARS Change Notice 20040223. DFARS 252.225-7036, Buy American Act ?North America Free Trade Agreement; DFARS 252.232-7003, Electronic Submission of Payments and DFARS 252.204-7004, DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The full text version of the FAR, DFARS, clauses are available on the Internet at the following addresses: FOR FAR PROVISIONS/CLAUSE http://farsite.hill.af.mil/vffara.htm; DFAR PROVISIONS/CLAUSES http://farsite.hill.af.mil/VFDFARA.HTM; REQUIRED CENTRAL CONTRACTOR REGISTRATION https://www.ccr.dlis.dla.mil/ccr/scripts/index.html; DAVIS-BACON ACT WAGE DECISION http://www.wdol.gov. The Contractor shall investigate the Government?s needs. Each prospective offeror will develop a quote package, consisting of simple diagrammatical sketch(s), quotes, and narrative instructions detailing the system that would be installed to satisfy the parameters of American Conference of Government Industrial Hygienists (ACGIH), meeting the occupational exposure limit of 1mg/m3, and the needs of the Government. Upon award, contractor will provide the design, required equipment with Spec sheets, to include all project management, supervision, labor, parts, material, installation, and transportation for a dust collection system in Building 356, the Skills Development Center, at FE Warren AFB, Wyoming. Building 356 is a registered State Historical facility located on F. E. Warren AFB (Cheyenne) Wyoming. This facility currently houses the Skills Development Center (Wood Hobby Shop) employing several craftsmen. The Skills Development Center is currently serviced by an antiquated dust collection system that does not meet the health standards established by ACGIH. THIS STATEMENT OF WORK (SOW) is for the planning and installation of a new dust collection system and the demolition of the existing dust collection system. Determination for award shall be made in accordance with THE BASIS FOR AWARD criteria of this solicitation. In order for this facility to maintain its revenue, it is imperative that down time of the center be held to an absolute minimum, preferably less than one week. There are four phases required for this project: Phase I: Investigative Design for Quote; Phase II: Design; Phase III: Installation; Phase IV: Demolition/Disposal PHASE I: INVESTIGATIVE DESIGN FOR QUOTE- Each prospective offeror is highly encouraged to attend a scheduled site visit to examine the building and the wood shop operation. Prospective offerors will each develop a quote package, consisting of simple diagrammatical sketch(s), quotes, and equipment specifications detailing the system that would be installed to satisfy the parameters of ACGIH, meet the occupational exposure limit of 1mg/m3, and the needs of the Government. It is recommended the quote package be as complete as possible since it will be one of the products evaluated for award. Offers are due 12 March 2004, NLT COB 4:00PM, MST. Packages will be evaluated; IAW criteria set forth in section entitle EVALUATION CRITERIA. Award will be made prior to continuing to Phase II. Technical Acceptance: Reference EVALUATION CRITERIA,(3)Basis For Award,(b)BEST VALUE ASSESSMENT, 3. Technical Acceptance. PHASE II: DESIGN- A. Design Requirements/Information- Design drawings and specifications shall be developed with the aim to minimize cost and structural impact to the building. The room area of the wood shop, which contains equipment to be serviced by the new dust collection system, is approximately 250 sq. ft. Attachment 4, which will be e-mail upon request, is a diagram of positions for each woodworking machine that requires dust collection exhaust air for this project. The dust collector/blower unit will be located on the west side of the building to minimize the visual impact from South Frontier Road. The new dust collector/blower unit will be placed on an unused concrete pad located outside the west wall of the building. There is the possibility of building a new concrete pad if the existing concrete is of insufficient quality or depth to hold the new dust collector/blower unit. If the offeror determines a new pad is required, the offeror must adequately identify the manufacturer?s requirement for the concrete pad. This line item will not be used in the evaluation of pricing and shall be identified as a separate sub-line item to Installation. The current electrical system is not sufficient to handle the anticipated load of the new dust collection/blower system. The contractor must include electrical requirements to the Government in their offer. The 90th Civil Engineering Squadron (CES) will be responsible for upgrading the electrical system to meet the requirements of the new dust collection system. American Conference of Government Industrial Hygienists contains the regulatory information to which the exhaust airflow limits for the new dust collection system must be designed. It specifies each woodworking machine that exists in Building 356 and its required exhaust flow rate. The new dust collection system must meet or exceed the recommended exhaust flow rates for each woodworking machine as defined by the ACGIH. The new dust collection system must also reduce the amount of exposure to airborne hardwood dusts in the Equipment Room to below the ACGIH Threshold Limit Value for hard wood dusts (1.0 mg/m3). B. Post-Award Design Solution- The Contractor will develop a full design package, based on the simple diagrammatical sketch(s), which shall contain detailed drawings and specifications that show the new proposed ductwork, equipment, and any foundation or structural work required and must be within all requirements of this Statement of Work (SOW). The Contractor shall submit the completed design drawings and specifications to 90 CONS for review, prior to installation, for acceptance. Following this review, the Contracting Officer will issue a Notice to Proceed (NTP), for Phase III. PHASE III: INSTALLATION- The main duct will run from the dust collector/blower unit to the attic through an existing opening, and will divide into several branches in the attic area which is directly located above the equipment room. Most of the ductwork will be located in the attic in order to minimize the noise in the equipment room. Individual ducts for each machine will then run from the branching ducts down through the ceiling at locations near the individual equipment. Most of the machines in the equipment room have pre-existing adapters for the dust collection system. The jointer (equipment # 15) and the lathe (equipment # 19) do not have adapters; installation cost must include purchasing and installing adapters for these two machines. If new adapters must be used with the new dust collection system, the contractor must specify which machines need them in the design and include each adapter in the offer; this will be identified as a sub-line item to Installation. The sheetrock ceiling joints are identified as an asbestos containing material (ACM) reference Attachment 3, which will be e-mailed upon request. Base personnel (trained to work around asbestos/lead based paint materials) will cut the necessary penetration holes in the ceiling to accommodate the designed new ductwork. Contractor personnel will avoid disturbing the sheetrock material during the process of system installation, to prevent exposure to asbestos. Lead based paint has also been detected in the building and it is the intention of the base to abate any lead based paint that poses a contamination threat (Attachment 3, to be e-mailed upon request). The Contractor shall read Attachment 3 and notify 90 CONS if it is suspected that other installation processes are anticipated to disturb either lead based paint or asbestos. Base personnel will perform all required abatement. PHASE IV: DEMOLITION/DISPOSAL- Offerors are to develop a quote that includes demolition and disposal of the existing dust collection system as a separate line item. Contractor personnel will avoid disturbing the sheetrock material during the process of demolition, to prevent exposure to asbestos and lead based paint. (End of SOW) DELIVERY AND INSTALLATION- Delivery, Installation, and Demolition/Disposal must be completed 60 days after issuance of NTP. INSTALLATION- Quote shall guarantee all required items. Equipment shall be installed IAW manufacturers specification and certified upon completion. TRAINING- Contractor shall provide on site customer training for the dust collection system. WARRANTY- All items and work must be warranted for one year or as stipulated by manufacturers warranty. SCHEDULED SITE VISIT- Each offeror is highly encouraged to attend the scheduled site visit to be held at 0930, 4 March 2004. Offerors will meet at Gate 1, the Visitor Control Center, promptly at 0900, in order to be escorted to the appropriate facility to start the site visit. Schedule for the site visit will be announced at this time. Each offeror shall provide proof of vehicle insurance and a current drivers license. It is recommended that offerors contact Ms. Mary J. Abbott, (307) 773-4752/ FAX (307) 773-4161, one (1) day prior to the site visit so we may have a body count of individuals attending. QUESTIONS- Questions noted by the respective offerors during the site visit shall be submitted in writing to the Contracting Officer for resolution. Questions after the site visit shall be faxed to the attention of Dust Collection System 90SVS, at (307) 773-4161, and must be typed on company letterhead and signed by an authorized individual within 24 hours of the site visit. E-mailed questions WILL NOT be accepted to ensure prompt action. Answers will be posted on Fed Biz Ops (http://www.eps.gov) either through an amendment to the RFQ or as an attachment to the RFQ. Only answers incorporated by amendment will be held contractual. PRICING- A breakdown of major component prices shall be submitted with the quote to include manufacturer and part numbers, description, unit price, and quantity. All incidental and hardware shall be included in that list. DESIGN- A layout design identifying type of equipment to be installed is required for technical evaluation. RFQ CLOSING- 12 March 2004, 4:00 PM MDT. EVALUATION FACTORS- The government will evaluate the offeror?s ability to meet all solicitation requirements, such as terms and conditions and representations and certifications, in addition to the factors to be eligible for award. Civil Engineering will evaluate the quotes based on the American Conference of Government Industrial Hygienists (ACGIH) standards described in the SOW. EVALUATION CRITERIA- (1) General: The objective of this solicitation is to obtain a source capable of performing, investigative design, design installation, and demolition/disposal IAW the Statement of Work (SOW), FE Warren AFB, WY. Two evaluation factors will be considered: design and price. (2) Award without discussion: The government may make a final determination as to whether the offeror?s quote is acceptable or unacceptable solely on the basis of the initial quote as submitted. Accordingly, offeror?s are advised to submit initial quotes that are fully and clearly acceptable without additional information or explanation and contain the offer?s best terms. However, the government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Please be advised that the competitive range, if required, may be reduced for purposes of efficiency pursuant to FAR 15.306(C)(2). (3) Basis for Award: The award of any contract as a result of this effort will be based on an integrated assessment of each offeror?s quote against the evaluation factors identified. In addition, for a quote to result in a contract, the quote must meet all RFQ requirements other than those identified as factors. Award will be made to the offeror who the government determines can best satisfy the requirement set forth in the solicitation in a manner most advantageous to the Government (Best Value). (a) BEST VALUE This acquisition will utilize BEST VALUE for the award decision. ?Best Value? means the expected outcome of an acquisition that, in the Government?s estimation, provides the greatest overall benefit in response to the requirement. Technical Acceptance is equal to price. Technical Acceptance may be traded off against price, as addressed in accordance with FAR 15.101-2 (a). The application of BEST VALUE in contract award and selection and approval process is as follows: 1. All offerors will be rated based on technical acceptance and lowest price. 2. The Government reserves the right to award a contract to other than the lowest evaluated price offeror and award to a higher priced offeror with a better technical acceptable solution to the Request For Quote. The contracting Officer shall make an assessment of the price proposed and the technical acceptability of the offer to determine the best value for the Government. (b) BEST VALUE ASSESSMENT 1. Best Value will be evaluated in accordance with FAR 15.101. 2. Submitted design to include layout for each identified machine equipment will be technically evaluated by the technical team and rated. Each design will be rated as either ?acceptable? or ?not acceptable.? Evaluations will be based on the offeror?s proposed solution to the dust collection problem within the Skills Development Center. 3. Technical Acceptance: (a.) Design: Must have a minimal affect on the historical aesthetics of the building. Design must also have minimal affect on asbestos and lead base paint surfaces. (b.) Equipment: A brief narrative describing the equipment type, manufacturer, and main specifications of the dust collection system proposed to be installed. DOCUMENTS- All attachments will be e-mailed to you upon request and will arrive to your Inbox in 2 (two) separate e-mails due to server restrictions. The largest file is 4.66 MB please verify that your server will be able to accept this file before your request. You may contact the administrator following the ?contact information?. Attachment 1: Current Air Sampling Results; Attachment 2: Industrial Ventilation (ACGIH), 24 Edition; Attachment 3: Asbestos Bulk Sampling and Lead Based Paint Analysis Results; Attachment 4: Wood Skills Center ? Tool List BID SCHEDULE- CLIN 0001 Equipment (attach details & Spec sheets) $_____________; CLIN 0002 Installation $_____________; CLIN 0002A New Equipment Adapters (attach details) $____________; CLIN 0002B Concrete Pad (Not to be used in the Evaluation of pricing) $_____________; CLIN 0003 Demolition/Disposal $_______________; Total $_______________ CONTACT INFORMATION- Quotes will be received at 90 CONS/LGCB, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860 until 4:00 P.M. local time on 12 March 2004. Mary J Abbott may be contacted at FAX (307) 773-4161, commercial (307) 773-4752, or mary.abbott@warren.af.mil for additional information.
 
Place of Performance
Address: 90th Contracting Squadron/LCGB, 7505 Marne Loop, FE Warren AFB, WY
Zip Code: 82005
Country: USA
 
Record
SN00530680-W 20040227/040225222520 (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.