Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

36 -- Furnish and install refrigerator/freezer units

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-R-0038
 
Response Due
9/10/2004
 
Archive Date
9/30/2004
 
Point of Contact
Charlotte Edgerton, Contract Specialist, Phone (202) 404-7953, Fax (202) 767-7887, - Kimberly Brooks-Belcher, Contract Specialist, Phone 202-767-8034, Fax 202-767-7887,
 
E-Mail Address
charlotte.edgerton@bolling.af.mil, kimberly.brooks@bolling.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) No. FA7012-04-R-0038. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This requirement is hereby set-aside for qualified service disabled veteran owned small businesses. The North American Industry Classification System code is 423740 (formerly SIC code 5078) at 500 size standard. LINE ITEM: 0001 Furnish a Two-Compartment Walk-in Refrigerator in accordance with the specification set forth in paragraph 1.2.1 of the statement of work (SOW) attached hereto. QTY: 1/EACH, UNIT PRICE: $___________, EXTENDED PRICE: $____________. 0002 Furnish a Three-Compartment Walk-in Refrigerator/Freezer Combination in accordance with the specification set forth in paragraph 1.2.2 of the statement of work (SOW) attached hereto. QTY: 1/EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0003 The contractor shall furnish all material, parts, tools, equipment, transportation, labor and supervision necessary for removal and disposal of the existing refrigerator and freezer units. QTY: 1/LOT, UNIT PRICE: $____________, EXTENDED PRICE: $___________. 0004 The contractor shall furnish all material, parts, tools, equipment, transportation, labor and supervision necessary to install walk-in refrigerator and freezer units in accordance with the manufacturer?s specifications and the National Electric Code. QTY: 1/LOT, UNIT PRICE: $__________, EXTENDED PRICE: $___________. ?Notice to Offerors: Funds are not presently available for this project. No award will be made under this 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. DESCRIPTION/SOW: FURNISH AND INSTALL WALK-IN REFRIGERATOR/FREEZER UNITS AND REMOVAL/DISPOSAL OF THE EXISTING UNIT. 1. DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and all other items and services necessary to remove the old refrigerator/freezer units and install the new refrigerator/freezer units at the Falcon Feast Dining Facility on Bolling Air Force Base, DC as defined in this statement of work (SOW) except where specified as government furnished property and services. 1.1. Installation/Removal of Equipment: Installation of one 2-compartment walk-in refrigerator/cooler and one 3-compartment walk-in refrigerator/freezer shall be in accordance with the procedures established by the respective manufacturer. 1.2. GENERAL FEATURES. 1.2.1. The following are the two-compartment walk-in cooler features: Overall Dimension 19?3? X 9?8? X 8?6 ??; 2-Compartment Refrigerator Dimensions 11? X 10?4? and 9? X 10?; 2 doors at 34? X 78?, one has a left swing door centered on the front wall of each compartment; Floor Application: 16 gauge stainless steel; Interior Finish: 22 gauge stainless steel; Exterior Finish: Front: 22 gauge stainless steel, Back: Galvalume, Left: 22 gauge stainless steel, Right: Galvalume, Walk-in Accessories are: 2 ea Spring hinge kit; 2 ea CTR Vapor Proof Light over door, 2 ea Strip curtains at 34? X 78?, 34? X 20? CLR Interior ramp, 34? X 20? CLR Interior ramp, 110 square feet 3/16? tread-plate floor overlay, 110 square feet ?? Marine plywood floor underlayment, 90 square feet ?? Marine plywood floor underlayment, 1 ea Corner cutout with floor, 2 ea TAL-2000D-24 alarm with a 20 lead-installed and estimated weight is 4,956 lbs. 1.2.2. The following are the three-compartment walk-in refrigerator/freezer combination features: Overall Dimension 25?11 ?? X 21?2? X 8?6 ??, First Refrigerator Dimension is 9? X 16?, one door at 34? X 78? with left swing door centered on front wall; Freezer Dimension 8? X 15?; one door at 34? X 78? with a right swing door centerline is 40.75 from right on front wall. Second Refrigerator Dimension is 10? X 22?, 2 doors at 34? X 78? each, one has a left swing door centerline of 29.25 from right on left wall and the other has a left swing door centered on back wall. Floor Application: 16 gauge stainless steel; Interior Finish: 22 gauge stainless steel; Exterior Finish: 22 gauge stainless steel. The following walk-in accessories are: 8 ea Spring hinge kit, 4 ea CTR Vapor Proof Light over door, 4 ea Strip curtains, 34? X 78?, 1 ea 3? X 20? CLR Interior ramp, 34? X 20? CLR Interior ramp, 120 square feet 3/16? tread-plate floor overlay, 120 square feet ?? Marine plywood floor underlayment, 220 square feet ?? Marine plywood floor underlayment, 144 square feet 7/16 OSB floor underlayment, 5 ea Corner cutout with floor, 4 ea TAL-2000D-24 alarm with a 20 lead-installed, Exterior C-Channel Support and estimated weight is 11,141 lbs. 1.3. Installation of Equipment: The contractor shall provide all materials and labor required, to include furnishing any necessary adapters and hoses to install walk-in Refrigerator and Freezer units to existing electrical outlets, drains, and vents in accordance with the manufacturer?s specifications and the standards of the National Electric Code. All new equipment shall be sent directly to the customer?s location Falcon Feast Dining Facility, Bldg 1301 Bolling, AFB, DC 20032. Contractor shall erect panels, hang doors and strip curtains, install lights and alarms, hang coils and complete final connections to all customer provided proper sized utilities within five feet of the equipment. 1.4. Removal & Disposal of Equipment: The contractor shall take all necessary actions to properly remove and dispose of fluids from the units. The contractor shall tear down and remove the existing walk-in refrigerator and walk-in refrigerator/freezer units to an off-base dumpster or recycling center. It shall be the responsible of the contractor to remove and dispose of discarded materials from Bolling AFB to an off-base site meeting all local, County, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 2. CONTRACTOR REQUIREMENTS. 2.1. Contractor Employees: The contractor shall utilize responsible, capable employees in the performance of this contract. Technicians servicing the equipment shall possess manufacturer certification, license and training to perform services on the equipment. 2.2. Protection Of Real Property: The contractor shall take all necessary precautions to ensure no damage to Government Real Property. All damages to such property and furnishings shall be repaired or replaced as recommended by he Quality Assurance (QA) and approved by the Contracting Officer (CO) at no additional cost to the government. 2.3. Work Schedule: The contractor shall coordinate the initial scheduling of work with the QA personnel, and the Contract Administrator prior to commencing work. The contractor shall establish a work schedule that requires work to be done during normal working hours 0800 ? 1700, Monday through Friday. If the contractor requires a different work hour schedule, a written justification must be submitted to the QA for approval. 2.4. 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 contracted personnel shall be instructed to be mindful of maintaining a safe environment for the facility. Personnel who pose a threat to the health, safety, or security of the installation may be escorted off the installation. The contractor?s personnel shall be easily recognized as contractor personnel while on duty. 2.5. Pre-Installation Requirements: Before installation services are started, the contractor shall inspect work site and ascertain all information necessary to deliver effective performance of services. The contractor shall notify the government QA or the CO of any conditions that prevent the suitable completion of the installation services. 2.6. Liability Insurance: The Contractor shall provide proof of applicable liability insurance and maintain insurance currency throughout the contract period. 2.7. Motor Vehicle Operations: Contractor personnel operating vehicles on the installation shall posses a valid state driver?s license and current proof of insurance. 2.8. Contractor Vehicle Route: Vehicles shall enter and exit Bolling AFB through the South Gate (Visitor?s Center). 3. GOVERNMENT FURNISHED SERVICES: Water, electrical power, lighting etc. will be made available to the contractor by the government in the performance of their work. 4. SECURITY REQUIREMENTS: 4.1 Base Entry Passes: The contractor shall submit to the CO a list of employees which will be working on base, along with the Social Security Number(s) not later than three working days prior to start of work in order to ensure base entry passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. AF Form 75, Request for Visitor Registration, proof of insurance and a valid drivers license must be presented for all vehicles to be registered. Any lost or stolen passes shall be reported immediately to the QA followed with a written notification within 24 hours. The contractor shall return all base passes issued to employees who separate from the contract before the contract expiration date of the contract period, including any extensions, to the QA. (Failure to properly account for passes may result in withholding contractor payment.) 4.2. Forces Information: Law Enforcement Desk, Security Force Squadron is located at 21 Mac Dill Avenue, Bolling AFB, (202) 767-5000. The on base Emergency number is 433-3333. 4.3. Fire Department Information: Naval District of Washington (NDW) Fire Department is located at 5 Castle Avenue, Bolling AFB, (202) 685-0206/0207. The on base Emergency number is 433-3333. 5. GOVERNMENT INSPECTIONS: A quality assurance person (QA) will inspect equipment installation and confirm that the equipment is in working order. Deficiencies will be brought to the attention of the contractor?s representative and the contract administrator (CA) for corrective action. The contractor shall correct the condition(s) at no additional cost to the government. 6. WARRANTY OF WORK: The contractor warrants that work performed under this contract shall conform to the contract requirements. The contractor shall be responsible for ensuring manufacturer?s warranty is available on newly installed equipment. 7. NOTIFICATION OF MALFUNCTION/DAMAGE: The facility managers will be instructed to report all instances of equipment malfunctions to the QA. 8. SAFETY AND FIRE: The contractor shall comply with all appropriate safety requirements and regulations, which will be provided to the contractor at pre-award conference. Additionally the contractor shall also comply with all base fire regulations. 9. PHYSICAL SECURITY: The contractor shall be responsible for safeguarding all government property provided for the contractor use, to include base passes. At the end of each work period, all government facilities, equipment and materials shall be secured. 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 follows: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Add paragraph (m), Special Instruction, 1. ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? 2. Add paragraph (n), Site Visit. A site visit will be conducted on 2 Sep 04 at 10:00 a.m. EST. Attendees must enter Bolling AFB through the south gate off of interstate 295 S. (NOTE: IT WILL TAKE APPROXIMATELY 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE PLAN TO ARRIVE NO LATER THE VISTOR CENTER AT 9:00 A.M.) Attendees must have a picture ID, vehicle registration, and proof of vehicle insurance in their possession. You will meet at building 1301, Falcon Feast. Each offeror may send up to two (2) representatives. For security reasons, offeror must submit full name and social security number of each representative by facsimile to Charlotte Edgerton at 202-404-7887 or email at charlotte.edgerton@bolling.af.mil no later than 1 Sep 04, 3:00 p.m. EST. If there are any questions after the site visit regarding this solicitation, they should be submitted IN WRITING (by E-mail or Fax) not later than 3:00 p.m. EST, 3 Sep 04 to allow an answer prior to proposal due date. (E-mail is the preferred method of communication). Offerors are not required, but strongly encouraged to attend the site visit. 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 by reference and made part of this RFQ. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.232-18, 52.233-3, 52.237-2, 52.237-3, 52.242-15, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.219-7011, 252.225-7001, 252.225-7002, 252.225-7009, 252.232-7003, 252.243-7001, 252.246-7000, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, 52.223-5, 52.225-13, 52.232-33 and 52.222-42: THIS IS FOR INFORMATION ONLY: THIS IS FOR INFORMATION ONLY: Classification: Heating, Refrigeration, and A/C Mechanic, WG-10, $21.35 per hour. The incorporated Wage Determination 1994-2103, dated May 27, 2004, revision 32 is applicable. The web site is http://www.wdol.gov/. All proposals must be received no later than 4:00 P.M. EST on 10 September 04, 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. 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.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to C.E. Edgerton, Contract Specialist, Phone (202) 404-7953, FAX (202) 767-7887, E-mail to charlotte.edgerton@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
 
Record
SN00649602-W 20040825/040823212228 (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.