Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

Z -- Door Replacement

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street, Hurlburt Field, FL, 32544
 
ZIP Code
32544
 
Solicitation Number
FQ441743270300
 
Response Due
3/1/2005
 
Archive Date
3/16/2005
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation numbers FA4417-05-Q-7030 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. This solicitation is 100 percent set-aside for a small business; the associated North American Industry Classification System (NAICS) Code is 238290 with a size standard of $28.5 Million. Firm-Fixed Price Purchase Order will be issued in writing. Hurlburt Field requirement is for the following: CLIN 0001 ? Replacement of side entrance doors to AFSOC HQ Bldg. Number 1 as defined below. The contractor shall furnish all plant, labor, equipment , materials, facilities, and transportation necessary to provide and replace the side entrance doors to AFSOC HQ Building Number 1 with tempered glass store front doors with Panic hardware and swipe card security system. The type of panic hardware is Jackson and the manufacturer of the swipe card system is Hirsch. The door system shall be compatible with this system. The doors shall be bronze finish with bronze tinted glass. The suggested manufacturer is Kawneer model 350. The doors DO NOT require a key system. The contractor shall install all new hardware and door closures. The east side entrance doors are double doors and each door is 3 feet x 7 feet. The west side entrance doors are double doors and each doors is 3 feet x 6 feet 8 inches. The glass measures 28.5 inches x 69 inches. The swipe card system shall operate the doors from the outside and the inside. The panic hardware shall operate the doors from the inside in case there is a fire in the facility. Doors shall be hurricane rated at 140 miles per hour. SECURITY REQUIREMENTS. Bldg. 1 is a high security, controlled-access facility. The contractor will be required to sign in all employees upon entering the building to perform work. The contractor will be escorted by the requestor at all times and will be required to display contractor base work permit identification badges at all times while in this facility. For this reason the contractor will only be allowed to work 1 (one) crew at any given time. All members of the work crew will stay within the vicinity and eyesight of the assigned escort at all times. Only 1 (one) escort will be provided to perform these services. CLIN 0002? Replacement of front entrance doors and both side entrance doors at Security Forces Bldg. 90603 as defined below. The contractor shall furnish all plant, labor, equipment, materials, facilities, and transportation necessary to replace 2 (ea) side entrance doors at both ends of the facility, total of 4 doors and the main entrance doors at the front of the facility 1 pair of double doors, store front doors with transom frames. The doors shall be bronze finish with bronze glass. The suggested manufacturer is Kawneer model 350. The end doors (2 ea) on each end of the building, total of (4) are 3feet x 7feet single doors and the front entrance doors are (1) set of double doors that are 3feet x 7feet. Hardware shall be push button cipher lock on the outside end doors and panic hardware on the inside. The doors and transom glass frame shall be replaced. The inside door shall have a push-pull plate on the door. All doors shall include door closures and all hardware. The front double doors shall have panic hardware installed on the inside so they can be locked down during the day and when there is an exercise they can lock them. All locking systems need to be BEST compatible with a removable core system. Doors shall be hurricane rated at 140 miles per hour. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1 ? Instructions to Offerors?Commercial Items (Jan 2005) applies to this acquisition. FAR 52.212-1(b)(4) is amending to include the following: Contractors offering a product other than the suggested manufacturer shall provide sufficient product literature to allow for evaluation as "Or Equal" product in accordance with FAR 52.211-6 Brand Name or Equal, conforming to the characteristics and specifications. Offers shall be evaluated in accordance with FAR 52.212-2 ? Evaluation?Commercial Items (Jan 1999), which is incorporated into this synopsis/solicitation, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Technical and Price: When combined technical is approximately equal to cost and price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Each offer shall include a completed copy of the provisions at FAR 52.212-3 ? Offeror Representatives and Certifications?Commercial Items (Jan 2005), with the quotation. In addition, the following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant contract: FAR 52.212-4 ? Contract Terms and Conditions?Commercial Items; FAR 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes of Execute Order?Commercial Items (Jan 2004) (Deviation); FAR 52.222-41 ? Service Contract Act of 1965, as Amended; FAR 52.237-1 ? Site Visit, TO OCCUR WEDNESDAY, FEBRUARY 23, 2005, 0900 HRS. Interested parties shall meet at the Soundside Club across from the Hurlburt Field Main Gate. Department of Labor Wage Determination Number 1994-3033 Rev. (2) is applicable to this acquisition. Only one award will be made. If the offeror does not price out each CLIN the offer will not be considered for award. Please note that all offerors and potential offerors must be registered with the Central Contractor Registration (CCR) Database, effective 31 May 1998. For instructions on registering with the CCR, please go to their website at http://www.ccr.gov/ or call 1-888-227-2423 for more information. Each offeror may submit a quote containing completed copy of the provisions at FAR 52.212-3 ? Offeror Representations and Certifications?Commercial Items (Jan 2005). Quotes may be mailed to 16th Contracting Squadron, 350 Tully St., Hurlburt Field FL 32544, ATTN: Chris Taylor. E-mail or FAX quotes will also be accepted. E-mail to chris.taylor@hurlburt.af.mil or FAX (850)884-2041. Primary POC is Chris Taylor (850)844-1268.
 
Place of Performance
Address: Hurlburt Field, Florida
Zip Code: 32544
Country: USA
 
Record
SN00751332-W 20050217/050215212030 (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.