Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

78 -- Installation of Exercise Equipment and Construction of Exercise Site

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F7SPT242090300
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Jon Sanders, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, - Rodolfo Diaz, Contract Specialist, Phone 210-652-5171, Fax 210-652-7486,
 
E-Mail Address
jon.sanders@randolph.af.mi, Rodolfo.Diaz@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis This is a combined synopsis/solicitation for the installation/construction of par course layout and installation of previously purchased exercise training stations/playground equipment IAW attached Statement of Work. Purchase Request Number F7SPT242090300. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-20. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The vendor shall follow the attached Statement of Work when completing bid. The NAICS Code is 238990; size standard $12 mil. A firm-fixed price award will be made to the responsible offer or submitting the quote that provides the best value to the Government. All responses will be considered, but must be submitted on the requirement included in this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply at http://www.ccr.dlsc.dla.mil. Responses to this notice shall be provided in writing via e-mail to TSgt Jon Sanders at jon.sanders@randolph.af.mil or A1C Rodolfo Diaz at rodolfo.diaz@randolph.af.mil no later than 16 September 2004, 2:30 P.M. (CT). Funds are not presently available for this contract. The Government?s obligation under a 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 Government for any payment may arise until funds are made available to the Contracting Officer for a contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Ref: 52.232-18 -- Availability of Funds. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of : (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements- Balance of Payments Program; 252.227-7015, Technical Data?Commercial Items; and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. In addition, FAR 39.106 applies All Information Technology must be: (A) (1) Year 2000 Compliant; or (2) If non-compliant, items must be upgraded to be Year 2000 compliant. Statement of Work (SOW) For Randolph AFB, San Antonio,Texas Fitness Center Par Course Installation 1. Description: a. Scope: With the exception of those items listed in paragraph 6 as government furnished utilities and services, the contractor shall provide all personnel, equipment, tools, transportation, and materials required to install a shade structure on Randolph Air Force Base, Texas. Specific requirements for this project are further described in paragraph 10 of this statement of work (SOW). b. Location: Various locations surrounding jogging area. 2. Personnel: a. Contractor shall provide to the Contracting Officer and the Government Project Manager the name(s) and phone number of the person(s) who will be the Contractor?s project manager. b. Contractor shall present a neat appearance and be easily recognized. Wearing distinctive clothing bearing the name of the company or wearing the appropriate badges, which contain the company name and the employee name, may accomplish this. 3. Quality Control: a. The contractor shall ensure that all work performed under this Statement of Work (SOW) meets the quality established in paragraph 9, General Task, and paragraph 10, Specific Tasks. 4. Physical Security: a. The Contractor shall obtain vehicle passes for each vehicle used on Randolph AFB during the performance period. The necessary applications can be obtained by contacting the Base Contracting Officer. Before starting the work, the Contractor shall provide a list of all personnel that will work at Randolph AFB, to include Social Security number and driver?s license number and state, to permit security screening. Any workers that are not cleared will be identified, and will not be permitted to work on Randolph AFB. b. The Contractor shall be responsible for safeguarding Government property associated with the required work. At the close of each work period, facilities, equipment, and materials shall be secured. 5. Performance Period/Hours of Operation: a. Contractor shall coordinate with the Contracting Office to establish the projected start date. All work shall be completed within 30 calendar days of the projected start date. b. Normal duty hours are Monday thru Friday, 0730 ? 1615. 6. Conservation of Utilities a. The Contractor shall instruct his employees in utilities conservation practices and shall be responsible for operating under conditions, which preclude the waste of Government utilities. 7. Government Furnished Utilities and Services a. The Government will provide without cost to the Contractor, the utilities necessary (limited to water & electricity) to accomplish the tasks specified in this work description. b. Contractor will be allowed use of restrooms located near the facility. Contractor will be responsible for obtaining extension cords for distant electrical utilities. Contractor parking and equipment staging area shall be provided in close proximity to the jobsite. c. The base Security Forces Squadron can be reached by calling 652-5700 (ext 7-5700 on base), and the Base Fire Department may be reached by calling 652-6915 (ext 7-6915 on base) for non-emergency calls. For emergency calls, both security and fire protection services may be reached by calling 911. 8. Contractor Furnished Equipment, Parts, Materials and Services: a. Except for the utilities, services and equipment specifically stated to be Government furnished, the Contractor shall provide all personnel, equipment, tools, transportation, and supervision required to install the shade structure to be located behind bldgs 584 & 585. 9. General Task a. The Contractor shall visit the job site to verify location, conditions, quantities and dimensions prior to starting work. The Contractor shall coordinate with the government representative prior to their visit to the job site. b. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits, and contract documents and shall not encumber the site with any materials or equipment without prior written authorization. Subject to prior written approval of exact locations of each, the Contractor may be permitted to set-up an office trailer/portable building, a similar job tool trailer, and a waste dumpster in a location designed and approved by the government representative. The Contractor shall store his other materials and equipment at the site reserved by the government representative. The Contractor shall store his other materials and equipment at the site reserved by the government representative at the end of each workday. c. The Contractor shall plan his operations so as to keep temporary work from blocking access to completed work. If, however, conflict with normal traffic access occurs, he shall provide temporary bypass routing until such temporary work is completed. d. Toilet facilities will be available for use by Contractor?s personnel. e. The Contractor shall coordinate all of his operations with secure written approval from the Contracting Officer before using any portion of the site. f. The Contractor shall be responsible for any cutting, fitting, or patching required to complete the work to ensure all parts fit properly. g. The Contractor shall take positive actions to prevent work-generated refuse from entering storm drainage systems. Actions may include installation of temporary plugs, screens, strainers, or similar measures to prevent entry into systems or other actions, as required. h. The Contractor-generated refuse and waste shall be hauled from the construction site daily to a disposal area to be selected by the Contractor, and shall be located outside the physical boundaries of the installation. This refuse and waste material shall be kept neat, orderly, and safe for workmen at all times. i. During the performance of the work within the requirements of this contract, and until final completion and acceptance thereof, the Contractor shall exercise the utmost care to avoid accident or injury to persons or property. He shall place and maintain all necessary barriers and safeguards, including watchmen, if necessary, about the work site for the prevention of accidents and shall take all precautions required to protect personnel and property to include the general public and properties adjacent to the work site. j. The Contractor shall provide a full time quality control function to assure himself and the Government that all materials and workmanship are in strict accordance with industry standards and this statement of work. Installation and materials shall conform to the requirements of applicable codes (OSHA, AFOSHA, CoE). The Contractor shall maintain adequate quality control capability regardless of the volume of workload. All before final acceptance by the Government. Contractor?s warranty on all of his work shall comply with Item 12, below. Upon completion of all work the Contractor shall request a final inspection. The Government shall inspect all work before acceptance. All work identified during the final inspection not meeting the criteria specified by this statement of work shall be repaired by the Contractor at no additional cost to the Government. 10. SPECIFIC TASKS: THE CONTRACTOR SHALL: A. Provide all the labor and the necessary concrete to install the par course in either a single pit, or 4 separate pits, as requested, with all the exercise equipment being provided by the government which has already purchased and received. B. Provide and install the shredded rubber surfacing material in the pit(s) with a thickness of approximately 4", surrounded by kid curbs, provided by items, and it installed, again in either 1 or multiple pits. All materials to be provided delivered and installed in the designated area (s) as requested by the government. C. Pit area shall either be one at approximately 42' x 37', or 4 separate pits being approximately 24' x 24' in size d. Installation shall be done in a area prepared by the government E. Government is responsible for location of the areas F. Government is responsible for location and or relocation of any utilities including sprinklers G. Government is responsible for providing any permits and or fees if required. H. Installation shall be done by certified playground installation company I. Upon completion all construction materials, and trash will be removed from the site and totally cleaned up 11. SUBMITTALS: a. Information on the shredded rubber will be provided upon contract award b. Information on the play curbs and stakes will be provided upon contract award 12. WARRANTY a. All work performed by contractor will be warranty of a period of 1 year b. All shredded rubber will have a warranty period of 3 years c. Play curbs shall have a warranty period of 5 years
 
Record
SN00673912-W 20040917/040915212033 (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.