Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

Z -- Elevator Repair

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F77CES40690200
 
Response Due
3/17/2004
 
Point of Contact
Jessica Simon, Contract Administrator, Phone (325) 696-1454, Fax (325) 696-4084, - Kathryn Elliott, Contract Administrator, Phone (325) 696-3894, Fax (325) 696-4084,
 
E-Mail Address
jessica.simon@dyess.af.mil, kathryn.elliott@dyess.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 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 document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2001-14. This procurement is a 100% small business set-aside. The NAICS is 238990 and the size standard is $12,000,000, the SIC code is 1796. STATEMENT OF WORK INSTALLATION OF APPLIANCES AND COMPONENTS BLDG 5020 ELEVATOR AT DYESS AFB, TX SCOPE OF WORK: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items to repair an elevator in building 5020 at Dyess AFB, TX. All work shall be in accordance with this statement of work (SOW). The contractor shall submit a complete proposal and design for approval before work starts or materials are purchased. LOCATION OF WORK: Building 5020—Dyess AFB, TX which is located on the West side of Abilene, TX 2 miles south of west Business Route 20. AVAILABILITY OF UTILITIES: Electricity will be made available to the contractor without charge. Contractor shall receive approval from Quality Assurance Personnel (QAP) prior to tapping into government utilities. The contractor shall be responsible for all connections necessary to hook up to utilities and for removing any connections upon termination of work. Government requires, in writing, at least two weeks notice prior to any utilities outages. SCHEDULING OF WORK: The contractor shall submit for approval a proposed schedule for all work to be done under this project. Any changes must have approval from the Contracting Officer at least 3 working days prior to commencement of work. Work must be scheduled in order to minimize work stoppage to the Air Force mission. DESCRIPTION OF WORK: The work to be accomplished under this contract shall consist of removing the existing elevator components that are beyond repair and replacing them with new. Contractor will repair or replace elevator tracks, door closures, elevator doors, pump units, values, cams, selector and all associated electrical and control wiring. Contractor will install all new digital elevator controls. All work should adhere to Chapter 754 – Texas Elevator Safety Code and the latest edition of ASME A17.1 prior to being turned over for usage by the general public. ASME A17.1 – Part XII and ASME A17.3 – 1994 Edition, local, state and federal regulations. INSPECTION: Before submitting a proposal on the work to be performed, contractor should examine the site of the proposed work and be thoroughly familiarize with all existing conditions and limitations affecting the performance of this work. No extra compensation will be allowed because of misunderstanding as to the amount of work involved or bidder's lack of knowledge of any existing conditions, which could have been discovered or reasonably anticipated prior to bidding. WORK SCHEDULE: Normal working hours for the contractor will be between the hours of 7:00 A.M. and 4:00 P.M. excluding Saturdays, Sundays, and Federal holidays. If the contractor desires to work during periods other than above, additional government inspection forces may be required. The contractor must make his/her request to the Contracting Officer three (3) days in advance of his/her intentions to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. RESPONSIBILITY OF THE CONTRACTOR: The contractor assumes full responsibility for any and all government property damaged in whole or part from negligent acts or omissions by the contractor, subcontractor, or any employee, agent, or representative of the contractor. The contractor also agrees to reimburse the government for any and all damage of whatever kind to any and all government property associated with the performance of this service. DISPOSAL OF MATERIALS: The contractor shall dispose of all debris generated by this contract at an off base location in accordance with all state, local, and federal ordinances. All deleterious materials shall be disposed of off base in such a manner that meets federal, state, and local environmental regulations. ACCEPTANCE: It is the responsibility of the contractor to request pre-final and final inspections from the office of the Contracting Office. Work will be considered completed when it has performed in accordance with this SOW. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-8, Utilization of Small Business Concerns; Clause at FAR 52.222-19, Child Labor; FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans & Veterans of the Vietnam Era; FAR 52.223-5, Pollution Prevention and Right-To-Know Information, FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3 Continuity of Services; FAR 52.242-15, Stop-Work Order; FAR 52-253-1 Computer Generated Forms; 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFAR 252.225-7036, North American Free Trade Agreement Implementation Act; DFAR 252.246-7000, Material and Receiving Report are hereby incorporated by reference. Offers are due to: 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4084, by 1300 or 1:00 pm central standard time on March 17,2004. There will be a site visit on 12 Mar 04 at 1400. Please meet at the Dyess AFB Visitor Center for the site visit. Please contact TSgt Jessica Simon with any questions at (325) 696-1454. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.gov.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F77CES40690200/listing.html)
 
Place of Performance
Address: Dyess AFB, TX
Zip Code: 79607
Country: USA
 
Record
SN00542188-F 20040312/040310233332 (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.