Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

56 -- Door, Roll-Up, Metal, Pre-Fabricated

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, AZ, 85309
 
ZIP Code
85309
 
Solicitation Number
Reference-Number-F794WC41490100
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Doug Janders, Contracting Officer, Phone (623) 856-7168 x230, Fax (623) 856-3447,
 
E-Mail Address
doug.janders@luke.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 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 is issued as a request for quotes (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F794WC41490100. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Acquisition Circular 91-13. This procurement is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 332321 and the size standard of 500 employees applies to this procurement. The requirement involves repair by replacement of two (2) manual roll-up doors with two (2) electric roll-up doors at Bldg. 1260, Luke AFB, Arizona. CLIN 0001, QTY: 1 Job, Lump Sum. This is a Statement of Work document for W/O 76047 or Project NUEX 03-9413. This Statement of Work explains the details for the removal of (2) 20?0?W x 10?0?H Manual Roll-Up Doors and replacing them with (2) 20?0?W x 10?0?H Electric Roll-Up doors. Both doors will be constructed out of 22 gauge steel and repairs will be made to the exterior building sheeting located on the north side of Bldg. 1260. A new electrical breaker panel and 240V electrical service will be installed to power both roll-up doors. The purpose of replacing the manual roll-up doors with electric roll-up doors is to remove a safety hazard from the 1260 Munitions Storage Building. The contractor is responsible for furnishing all parts, labor, tools, materials, facilities, and transportation necessary to correctly complete this door and electrical installation job. Demolition: Remove both of the manual 20?0?W x 10?0?H metal doors and dispose. Remove and discard guide rails and chain mechanisms. These doors are 17 years old and are of no use to the 944th Fighter Wing. Remove and discard the damaged header panel and trim located over the north roll-up door and trim over the south roll-up door. Door Installation: Install (2) new electrically operated 20?0?W x 10?0?H metal doors in place of the old manually operated doors. The roll-up doors are to be constructed out of 22 gauge steel. Install weather striping along the sides and bottom of both roll-up doors. Install new guides and 240V, single phase electric motors. Paint interior and exterior of metal roll-up doors Burnished Slate Brown to match other doors located in the Luke AFB Ammo Dump. Siding Repair: Repair the damage above the north roll-up door by straightening out the existing two 24-gauge 20 foot long metal panels. Above the north door, replace the 20 foot long header panel and trim. Replace the 10 foot long jam trim on each side of the north door. Header panel above south door does not need to be replaced, but the header panel trim does need to be replaced. Touch-up the metal siding of Bldg. 1260 with Dunn-Edwards Mellow Brown to match existing siding on building. Paint the header panels and trim Burnished Slate Brown to match the existing building. Electrical: Remove current 100-amp, 120/240V, single phase electrical panel and replace it with a 125-amp, 120/240V, single phase, NEMA 3R rated, electrical panel with a 125-amp main breaker and at least 24 slots. The underground lateral is to be rated for 125-amp load rating. Modify electrical feed and conduit accordingly. The current panel is too small and is partially damaged by spray paint. The new panel is to be mounted outside at the same location and must be sealed around the door to keep out moisture. The existing Hoffman NEMA 12 enclosure is to be removed and all existing raceways/conductors to be properly installed to the new service panel. The existing branch circuits are to be re-fed with new circuit breakers of the proper size. New circuit breakers are to be installed for the two new roll-up doors. Individual circuits are to be run to these new roll-up doors. There are to be maintenance power disconnecting means located ?within sight? of each door motor as defined by NEPA 70. All new circuitry is to be in metallic raceway. This is an Ammo storage/build building. The close button on the new doors must be held in to close the doors. The open buttons may be momentary lock-on to allow the doors to open without the button being held. Each door is to have a stop button. There is to be a safety pressure shutoff for each door incase an obstruction is hit while closing. Each door is to have a manual bypass shall have a manual by-pass system that can be easily worked from floor level. Each of the two motors powering the roll-up doors must be rated at 3 HP and 240V. The north door will require a 15 to 35 foot run and the south door will require a 100 to 120 foot run. The building measures 100 feet north to south and 50 feet east to west. Each roll-up door will be on a separate circuit. The doors are to open to the full size of the garage openings. Each door is to have limit switches to stop the travel of the doors at the desired open or closed positions. There are no explosives hazardous location classifications for this building other than all equipment is to be enclosed so sparks cannot escape. The project site should be cleaned of any debris or items that could cause damage to Bldg. 1260 or injury to the 944th Munitions Storage personnel. The contractor is responsible for any damage to Bldg. 1260 caused by the installation of the electrical roll-up doors. Estimated time of completion for this project will be 30 working days. This requirement is for delivery FOB Destination to Luke Air Force Base Arizona 85309. Please include the proposed delivery time. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote, which can be found at http://www.farsite.hill.af.mil. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. and 52.252-2, Clauses Incorporated by Reference 42.202-1, Definitions; 52.203-3, Gratuities; 52.203-11, Certification and Disclosure regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitation on Payments to Influence certain Federal Transactions; 52.219-6, Notice of Total Small Business Set-Aside, 52.219-14, Limitations on Subcontracting; 52.222-1 Notice to the Government of Labor Disputes; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-13, Restrictions of Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.233-3, Protest After Award; 52.242-15, Stop-Work-Order; 52.253-1, Computer Generated Forms; 52.232-18, Availability of Funds; 52.247-34, FOB Destination are applicable. The clause at DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and DFARS 204-7004, Required Central Contract Registration; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252-209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.219-7011, Notification to Delay Performance; 252.243-7001 Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea. To be eligible to receive an award resulting from this solicitation, contractor must (No Exceptions) be registered in the DoD Central Contractor Registration (CCR) database. To register, you may apply through the Internet at http://www.ccr.gov. A firm-fixed price award will be made based on price and price related factors. All quotes must be valid tile 30 Sep 04 and emailed to doug.janders@luke.af.mil or faxed to (623) 856-3447 ATTN: Doug Janders. The response due date is 17 Sep 04. Quotes are required to be received no later than 4:00 PM local time 17 Sep 04.
 
Place of Performance
Address: Luke Air Force Base, Arizona
Zip Code: 85309
 
Record
SN00668775-W 20040911/040909212043 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.