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
MODIFICATION

J -- Repair/upgrade of Edwards fire alarm system

Notice Date
9/9/2004
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8501-04-Q-0052
 
Response Due
9/17/2004
 
Archive Date
10/2/2004
 
Point of Contact
Peter Wynkoop, Contract Specialist, Phone (478)926-3438, Fax (478)926-3590,
 
E-Mail Address
Peter.Wynkoop@robins.af.mil
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote No. FA8501-04-Q-052. This acquisition will be solicited as a sole source acquisition. NAICS Code: 238210 Place of Performance/FOB: Robins AFB, GA. SERVICE REQUIREMENTS: Procurement of non-personal services to repair/upgrade the Edwards Fire Alarm System in building 700. See attached SOW. The following clauses apply and may be accessed at http://farsite.hill.af.mil 52.212-1 – Instructions to Offerors – Commercial; 52.212-2 – Evaluation –Commercial Items-Price and only price related factors; all or none; 52.212-3 – Offeror Representations and Certifications – Commercial Items; 52.212-4 – Contract Terms and Conditions – Commercial Items; 52.212-5 – Contract terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items 52.232-33 – Payment by Electronic Funds Transfer – Central Contractor Registration 252.204-7004 – Required Central Contractor Registration 252.212-7000 – Offeror Representations and Certifications – Commercial Items; 252.212-7001 – Contract terms and Conditions Required to Implement Statutes or Executive Orders 5352.242-9000-Contractor Access to Air Force Installation Numbered Note 22 applies. Wage Determination # 1994-2139, Revision # 29, Dated 08/06/2004 applies to this solicitation. RESPONSE TIME: Quotes are due: 13 September 2004 Request for Quotes may be faxed to (478) 926-3590 ATTN: Peter Wynkoop/PKB or E-Mailed to: Peter.Wynkoop@robins.af.mil or mailed to: 78 CONS/PKB ATTN: Pete Wynkoop 235 Byron St., Bldg 300 Robins AFB, GA 31098 BUYER: Peter Wynkoop, (478)926-3438 UPGRADE EDWARDS SYSTEM TECHNOLOGY (EST) FIRE ALARM SYSTEM IN BUILDING 700 UPGRADE EDWARDS SYSTEM TECHNOLOGY (EST) FIRE ALARM SYSTEM IN BUILDING 700 STATEMENT OF WORK (SOW) – GENERAL INDEX: 1.1. Summary of Work 1.2. Continued Occupancy 1.3. Work Schedule 1.4. Specifications 1.1. SUMMARY OF WORK: A. This SOW requires the contractor to supply the equipment and labor to upgrade the EST fire alarm system in building 700 to meet National Electric Code standards. The contractor will be UL listed. The contractor will make repairs to existing wiring, replace non-functioning devices, and perform additional demolition work as necessary. The contractor is to coordinate all work with John Ahlvin, Facility Manager, 78th Medical Group and the Robins AFB Fire Department. Facility Manager can be reach at 478 327 8270 or in Building 700 room 358. The alarm system is to be tested for operation to manufacturer’s specifications and verified, through the Robins AFB Alarm Shop, with John Ahlvin, Facility Manager, before being accepted as completed. B. Price: The contractor is to accomplish work indicated above at the original bid price. This includes special work times for utility outages and repair of damages. The words “at no additional cost to the Government” are implied whether stated or not. C. GOVERNMENT-FURNISHED PROPERTY will not be provided in this project. 1.2. CONTINUED OCCUPANCY: A. Building 700 shall remain in operation during the time of the project. The contractor will be given full access to the project area. The contractor shall coordinate with Facility Management before starting work in each area to be repaired. Restricted area access will only be allowed with government provided escort, Facility Manager and/or his designee. 1.3. HOURS OF WORK: SOW-1 of 3 Attachment 1 A. Standard work hours for this project are 7:30 AM to 4:00 PM local time, Monday through Friday; however, work in critical areas may be required after hours. Work is not allowed on official Government Holidays and work curtailment days, unless specifically approved in advance. B. Alternate Work Hours: 1. If the Contractor desires to work another set of standard hours, such as four 10-hour days, a written request must be submitted five (5) workdays before the date desired to work the alternate standard. 2. To work special hours or days, the contractor must get verbal approval from the Contracting Officer at least four hours in advance. 3. The Government reserves the right to refuse these requests. C. All references to days mean calendar days unless otherwise noted. 1.4. SPECIFICATIONS: PART 1 – GENERAL 1.01 WORK INCLUDED: A. Install wiring to Class-A Standards on below stated devices B. Replace non-functioning devices, 5 duct detector housings, 15 standard smoke bases, 15 photo smoke heads, 4 pull stations and 12 relay’s. C. Demolition as necessary for replacement of non-functioning devices D. Perform system testing 1.02 REFERENCE STANDARDS: A. National Electric Code 1. Article 760 – Fire Alarm Systems 1.03 ACCEPTABLE MANUFACTURERS: A. EDWARDS SYSTEMS TECHNOLOGY, INC. SOW-2 of 3 Attachment 1 PART 2 - PRODUCT: 2.01 ONLY EDWARDS SYSTEMS TECHNOLOGY SYSTEM COMPONENTS PART 3 – EXECUTION: A. Contract execution to be completed within 30 days of contract award. 3.01 INSTALLATION: A. Upgrade with any repairs to be completed within 30 days of contact award unless granted an extension by the Contracting Officer with approval of Facility Manager. PART 4 - DELIVERABLES: None SOW- 3 of 3 Attachment 1 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/FA8501-04-Q-0052/listing.html)
 
Place of Performance
Address: 235 Byron St Robins AFB, GA
Zip Code: 31098
Country: United States
 
Record
SN00669502-F 20040911/040909213913 (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.