Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
MODIFICATION

N -- SERVICE: REPLACE MAIN HANGER LIGHTING

Notice Date
5/25/2004
 
Notice Type
Modification
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
W912LA-04-Q-9001
 
Response Due
6/8/2004
 
Archive Date
8/7/2004
 
Point of Contact
Karen Wegner, 805-986-7972
 
E-Mail Address
Email your questions to 146th LS/LGC
(karen.wegner@cachan.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT IS TO ADD TWO OPTION BIDS TO THE ORIGINAL SOLICITATION (SEE STATEMENT OF WORK). This is a combined synopsis and 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; quotes are b eing requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Solicitation number is W912LA-04-Q-9001, requisition number F207CI41270100 and is issued as a Request for Quotation (RFQ), utilizing Simplified Acquisition Procedures in Federal Acquisition Regulation (FAR) Part 13. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-23 and Defense Acquisition Circular (DAC) 91-13. For information purposes the Standard I ndustrial Classification Code is 3646. The North American Industry Classification System is 335122. Small business size standard is 500 employees. The Contractor quote shall include pricing for a complete solution as outlined by the attached statement o f work FOB Point: Destination, price must include shipping. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: Provision at FAR 52.212-1, Instruction to Offeror s Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: REFERENCE NUMBER; NAME, ADDRESS; TELEPHONE NUMBER, FAX NUMBER and E-MAIL ADDRESS OF OFFEROR; TERMS OF THE EXPRESS ED WARRANTY (if applicable); UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable); FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price, warra nty and Past Performance); FAR 52.212-3 Offeror Representations and Certifications Alternate I; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Comme rcial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.219-6, Notice of Total Sm all Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52. 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.22-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 19 65, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Pric e Contracts); DFARS 252-204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7000 Buy Amer ican Act-Balance of payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. All contractors must be Central Contractor Registration (CCR) registere d to receive a DOD award or payment. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All quotes timely received will be considered. The contractor quote will be evaluated based on price, warranty and pas t performance. To evaluate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluation factors other than cost or price, when combined, are significantly less important than cost or price. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsite.hill.af.mil/. If you are unable to access the web site, call Karen Wegner at (805) 986-7972,Fax: (805) 986-7946 or e-mail: karen.wegner@cachan.ang.af.mil. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offe r firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the r eceipt of offers after the exact time specified for receipt of offers WILL NOT be considered. Quotes are due on or before 1:00pm PDT 08 June 2004. A Site visit will be 27 May 2004, 10:00 am PDT for those interested. Coordinate site visit with Bob Stichler e-mail: robert.stichler@cachan.ang.af.mil. The point of contact for this solicitation is Karen Wegner, PH: (805) 986-7972; FX: (805) 986-7946; or e-mail: karen.wegner@cachan.ang.af.mil. STATEMENT OF WORK UPGRADE LIGHTING AND ELECTRICAL IN MAINTENANCE FACILITIES PROJECT NUMBER XXXXXX AT CHANNEL ISLANDS AIR NATIONAL GUARD STATION 1) DESCRIPTION OF SERVICES: Contractor shall furnish all material, labor, equipment, and transportation to upgrade lighting and electrical in the Aircraft Maintenance Hangar (Bldg. 801), Jet Engine Shop (Bldg. 1502), and AGE Shop (Bldg. 1503) at Channel Is lands ANGS, CA. Contractor shall be responsible for debris removal during and after completing each job. A site visit by the contractor is required. to verify work. Items to be completed are as follows: a) BASE BID: REPLACE HANGAR HIGHBAY LIGHT FIXTURES. Contractor shall remove existing high bay light fixtures (54 each) and replace with contractor supplied 320watt Pulse Start Metal Halide light fixture by Delta Power Supply (D-320-PSMH-EACHB25-QRS) or equivalent. The government must approve materials prior to installation. b) OPTION BID #1: REPLACE HIGH BAY LIGHT FIXTURES IN ENGINE SHOP. Contractor shall remove existing high bay light fixtures (28 each) and replace with contractor supplied 250watt Pulse Start Metal Halide light fixture by Delta Power Supply (D-250-PSMH-EA CHB25-QRS) or equivalent. The government must approve materials prior to installation. c) OPTION BID #2: REPLACE HIGH BAY LIGHT FIXTURES IN AGE SHOP. Contractor shall remove existing high bay light fixtures (9 each) and replace with contractor supplied 250watt Pulse Start Metal Halide light fixture by Delta Power Supply (D-250-PSMH-EACHB2 5-QRS) or equivalent. The government must approve materials prior to installation. 2) GENERAL REQUIREMENTS: The contractor shall provide all tools, materials, equipment, transportation, removal of debris and trash, supervision, and management (except as specified as Government Furnished) necessary to install, test, and repair facility sa fety items located at Channel Islands Air National Guard Base, Port Hueneme, California. a) Any waste of excess material resulting from any contract requirement shall be removed and disposed of by contractor at a proper disposal site off Channel Islands Air National Guard Station. Disposal, discharge, deposit, dumping, spilling, leaking, or p lacing of any materials, wastes, effluents, trash, garbage, oil, grease, paint, chemicals, etc. If any waste material is dumped in unauthorized areas, the contractor shall remove the material, restore the area to the condition of the adjacent undisturbed site at contractor??????s e xpense. b) The contractor shall comply with all Air Force, OSHA, and building codes requirements that are abiding by the Federal government, and State of California. c) Any additional work completed by the contractor without approval by the Contracting Office representative shall be at the contractor expense. d) The contractor shall submit material approval form to the contracting officer within 10 days of contract notice to proceed date. No materials shall be ordered without material approval of the contracting officer and the base civil engineer. 3) WORKING HOURS AND COORDINATION OF WORK: The hours for this project shall be flexible between 7:00 AM to 4:30 PM. Monday through Friday, excluding federal holidays. NOTE: No work shall commence without prior coordination with the Base Facility Manager and the government inspector. Work within each building shall not commence without prior coordination of the applicable building manger, the contractor, and government construction inspector. a) The contractor shall schedule and arrange work with each building facility manager at least two working days before beginning work in each building. The contractor shall make every effort to minimize the interference and effect on the government missio n. b) PRIOR TO ANY WORK STARTING ON A FACILITY, A MANDATORY WALK THROUGH SHALL BE SCHEDULED AND ACCOMPLISHED WITH THE GOVERNMENT CONSTRUCTION INSPECTOR FOR EXPLANATION AND REQUIREMENTS OF WORK WITHIN EACH BUILDING. 4) A SEPARATE BID SHALL BE SUBMITTED FOR EACH BID OPTION. The base bid will be awarded and any combination of the bid options may be awarded. 5) CONTRACTOR QUALITY CONTROL: The contractor shall attend a pre-performance meeting arranged by the government prior to beginning work on this contract. The QC inspector shall attend meetings with the Contracting Officer or delegated representative to res olve quality concerns and problems that may arise during course of this contract. 6) MATERIAL SAFETY DATA SHEETS, AND LABELS: The contractor shall maintain a copy of the Environmental Protection Agency or State Registered Labels, plus Material Data Sheets for all paints, primers, solvents, inhibitors, or solutions used in connection wit h this contract; Material Data Sheets are also required for all hazardous materials defined in federal Standard 313c. Identical back-up copies of these documents shall be given to the Base Safety Officer and the contracting Officer prior to the start of a ny work. 7) GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, MATERIAL AND SERVICES: The government will furnish water and electricity at existing outlets for work to be performed under the contract at no cost to the contractor. The contractor shall provide and maintai n, at his expense, the necessary service lines from existing Governments outlets to the site of work. ADD the following clause, this clause is applicable to item 1 (b) & (c), Bid Option 0001 and 0002: 52.232-18 Availability of Funds. As prescribed in 32.705-1(a), insert the following clause in solicitations and contracts if the contract will be chargeable to funds of the new fiscal year and the contracting action is to be initiated before the funds are available: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Gover nment for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Place of Performance
Address: 146th LS/LGC 119 Mulcahey Drive, Port Hueneme CA
Zip Code: 93041-4011
Country: US
 
Record
SN00592133-W 20040527/040525212239 (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.