Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

R -- Provide Quality Assurance Services for Wing Support Complex and Move-in

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Goodfellow AFB, Contracting Squadron, 210 Scherz Blvd Bldg 707, Goodfellow AFB, TX, 76908-4705
 
ZIP Code
76908-4705
 
Solicitation Number
FA3030-05-T-0052
 
Response Due
8/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) This solicitation/synopsis reference number is FA3030-05-T-0052 is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 . (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 541350 with a $6,000,000 size standard. (v) Contractors shall submit a Price Proposal consisting of an hourly rate for an Estimated 400 hrs. (See Attached Statement of Work). This proposal shall include cost for all labor and materials identified in the statement of work. All responsible sources may submit a quotation, which shall be considered by the agency. (vi) Contractor shall perform Quality Assurance Services in accordance with the statement of work dated June 2005 in conjunction with the furniture acquisition specifications and modifications related thereto (Furniture specifications and modifications available as attachments to this synopsis)(Contact Dave Shreve for an electronic ZIP file Approx 40 MB or an electronic compact disk copy can be picked up at the Contracting office). A site visit will not be conducted prior to receipt of proposals. (vii) Period of performance will be approximately 15 Aug 05 through 15 Oct 05. The following clauses and provisions (viii - xii) are incorporated and will remain in full force in the resultant award.. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ (viii) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price and (2) Past Performance. The Government will evaluate offers for award purposes for the total price for the requirement. Past performance and price, when combined, are equal. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide a Quality Assurance representative with at least two (2) years prior work experience and a minimum of 3 contracts in the installation of office casegoods, workstations and related accessories as specified in the Performance Work Statement. A maximum of five reference of your most recent and relevant projects shall be submitted for Past Performance evaluation. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item unless submitted online. Offerors are encouraged to register and submit their Certifications and Representations online at www.bpn.gov/orca. (xi) FAR 52.212-4 Contract Terms and Condition/Commercial Items. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. (xiii) The following additional clauses are applicable to this procurement. FAR 52.204-7, DFAR 252.204-7004 Alt A-Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at http://www.ccr.gov or call 1-800-334-3414. 52.219-6 Notice of Total Small Business Set-Aside. DFARS 52.232-7003 Electronic Submission of Payment. Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD form 250) and electronic invoices IAW DFARS 52.232-7003 Electronic Submission of payment Requests. The WAWF routing information will be provided upon award. DFAR 252.246-7000, Material Inspection And Receiving Report FAR 52.222-41, Services Contract Act of 1965 applies to this solicitation. Finalized Wage Determination shall be added by amendment to this solicitation when available. FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003) 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Apr 2003) 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 August 2005 no later than 1:00 PM Central Standard Time. Proposals should be marked with solicitation number FA3030-05-T-0052. Offerors are to contact the designated administrator to ensure receipt of offers by the designated date and time. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE(Price per hour) EXTENDED AMOUNT(Price per hour x 400 hrs) 0001 400 Hours $ NTE $ Quality Assurance ServicesFFPSupervise, manage, inspect and assure contract quality and compliance for facility move-in and installation of furnishings for the Consolidated Wing Support Complex.SIGNAL CODE: A FOB: Destination STATEMENT OF WORK FOR CONSOLIDATED WING SUPPORT COMPLEX FURNISHINGS AND MOVE-IN QUALITY ASSURANCE SERVICES JCGU 03-3000 June 2005 PREPARED BY: 17TH CIVIL ENGINEER SQUADRON (AETC) 460 KEARNEY BOULEVARD GOODFELLOW AFB, TX 76908-4112 PERFORMANCE WORK STATEMENT FOR CONSOLIDATED WING SUPPORT COMPLEX FURNISHINGS: QUALITY ASSURANCE (QA) SERVICES Quality Assurance as referenced by this Performance Work Statement shall be accomplished by firms or persons possessing experience set forth in this paragraph. The Quality Assurance representative shall have at least two (2) years prior work experience/a minimum of 3 contracts in the installation of office casegoods, workstations and related accessories as specified in the Performance Work Statement. 1. GENERAL: Sets forth the general requirements for the performance of the facility move-in and installation of furnishings for the Consolidated Wing Support Complex services required under the contract. Reference construction project for the Consolidated Wing Support Complex regarding a phase furniture installation. Furnishings for approximately 200 key Wing Staff occupants. It is anticipated that the furnishings installation will commence on/about 1 Aug 05. The construction contract is as follows; a) First floor south, b) Second floor south, c) Second floor north and d) First floor north, unless informed otherwise by the Contracting Officer. a. The Contractor shall be required to perform on site Quality Assurance services described herein. 2. QUALITY ASSURANCE SERVICES: A. SCOPE OF WORK: The Contractor shall provide a full time Quality Assurance representative to perform all services required to supervise, manage, inspect and assure contract quality and compliance for the facility move-in and installation of furnishings for the Consolidated Wing Support Complex to include coordination with the Army Corps of Engineers representatives for phased-in move into the new facility and resolve occupant queries, hereby referred to as, (Quality Assurance services for facility move-in and furnishings installation). Daily/periodic project progress updates will be prepared on AF Form 1477. Working hours will normally be between the hours of 7:30 a.m. and 4:30 p.m. with 1 hour lunch break, Monday to Friday, excluding Saturdays, Sundays, and federal holidays. On occasion weekend project QA may be necessary. The intent is for these services to be provided at 8 hours per day, 5 days per week, for 10 weeks. B. GENERAL: The Contracting Officer will have overall jurisdiction for surveillance, inspection and administration during the contract. The Base Civil Engineer (BCE) will appoint a Project Officer to act as a representative of the Contracting Officer. The Project Officer will serve as the Government point of contact for the Contractor on all matters relating to the (Quality Assurance services for move-in and furnishings installation). C. QUALITY ASSURANCE PERSONNEL: The Contractor shall designate and assign a Quality Assurance representative whose duty and responsibility is to supervise, manage, inspect and assure contract quality and compliance of the furnishings work in progress and to determine if the work is properly executed in conformance with the drawings and specifications of the furnishings contract. The primary work location shall be the new Consolidated Wing Support Complex facility. The QA shall be capable of reading contract drawings and specifications. The Contractor shall furnish the name of the QA and qualifications to the Contracting Officer with their proposal. The QA shall keep close liaison with the Base Engineer's Office. D. SPECIFIC DUTIES: The QA shall perform the following services: 1. Review drawings and specifications of the furnishings contract and the Consolidated Wing Support Complex construction contract for familiarization with the (Quality Assurance services for facility furnishings installation). 2. Interpret and clarify the intent of the drawings and specification for the Contracting Officer as necessary. 3. Attend conferences pertaining to (Quality Assurance services for facility furnishings installation) as required and directed by the Contracting Officer. 4. Observe the schedule and conditions which may delay facility move-in and furnishings installation completion and make recommendations to the Contracting Officer concerning contract time extensions. 5. Review submitted progress reports/payments and make recommedations to the Contracting Officer. 6. Maintain a daily record of furnishings installation and progress. For damaged furnishings photographs shall be required. Photographs are to be provided in digital format and the Contractor shall provide all photographic equipment. 7. Maintain records/receiving documents and correspondence, minutes of site conference , s, shop drawings, modifications, and supplementary drawings. 8. QA shall ensure proper connection of electrical, comm. (data and telephone) in accordance with furnishings contract. 9. Consider and evaluate suggestions or recommendations made by the furnishings Contractor and provide written comments and recommendations to the Contracting Officer. 10. N/A. 11. Ensure the furnishings Contractor maintains up to date record drawings (as-builts). 12. In the event discrepancies become apparent during furniture installation, the Quality Assurance on-site project representative shall be responsible for providing recommended correction/resolution of such discrepancies to the satisfaction of the Contracting Officer. 13. The QA shall ensure the furnishings Contractor adheres to specific notifications in the furnishings contract. Among those are: Utility Outages Phasing Occupant Notification 14. Prefinal Inspection of the installed furnishings: The Quality Assurance representative shall notify the Contracting Officer 3 working days prior to a prefinal inspection. The Quality Assurance representative shall provide a report of the prefinal inspection to include date, time, persons in attendance, their organization, and the deficiencies listed (punchlist). The report shall be given to the Contracting Officer five working days after correction of deficiencies and completion of the contract. 15. Final Inspection of the installed furnishings: The Quality Assurance representative shall notify the Contracting Officer 3 working days prior to the final inspection. The Quality Assurance Representative shall provide a report of the final inspection to include date, time, persons in attendance, their organization, and the deficiencies listed. The report shall be given to the Contracting Officer five working days after the final inspection. If not all deficiencies are corrected by the final inspection, the Quality Assurance Representative shall make a follow-up report five working days after correction of deficiencies and completion of the contract. 16. Make deficiency list, attend final inspection and make recommendation to the Contracting Officer for final acceptance. All reports, files, test data, logs, etc., still in possession of the Quality Assurance representative shall be turned over to the Contracting Officer. 17. Confirmation Notices: The QA shall be required to provide a record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., participated in by the Contractor and/or his representative(s) on matters relative to the contract and the work. These records, entitled "CONFIRMATION NOTICES", will be numbered sequentially and shall fully identify participating personnel, subjects discussed, and conclusions reached. The QA shall forward a reproducible copy of each Confirmation Notice to the Contracting Officer and to the project manager not later than three working days after the event. 18. All letters, reports, plans, sketches, specifications, estimates computation sheets and other documents prepared by the QA shall also be plainly marked "FOR OFFICIAL USE ONLY" until otherwise directed by the Contracting Officer. E. LIMITATION OF AUTHORITY: The Contractor and/or QA shall not perform any of the following work without authorization from the Contracting Officer during the construction phase of the work: 1. Authorize deviation from the contract documents. 2. Enter into the area of responsibility of the furnishings Contractor's superintendent. F. AS-BUILT DRAWINGS: Upon completion and acceptance, the Quality Assurance representative shall review the furnishings Contractor's as-builts to ensure they accurately reflect the actual condition at the completion of the project. The Quality Assurance representative shall recommend approval/disapproval of the as-builts with [7] days of receipt. 3. REGULATIONS, LAWS, AND PUBLICATIONS: The Contractor shall comply with all applicable Government and National Codes, Regulations, and Manuals. All publications shall be the latest version/edition/revision of the documents listed below, in effect on the date of this solicitation, except where a date is given. The publications are referred to in the text by basic designation only. The publications listed below form a part of this Scoping and Data Worksheet to the extent referenced. Government criteria and standards supersede National codes, regulations, and reports. 3.1 Government Codes, Regulations, and Manuals (a) Air Force Engineering Technical Letters (ETL?s) (b) US Army COE, Health and Safety Manual 3.2 National Codes and Regulations: (a) International Building Code (b) National Electric Code (NFPA 70) (c) OSHA Regulations END OF PERFORMANCE WORK STATEMENT
 
Place of Performance
Address: 210 Scherz Blvd, Bldg 707, Goodfellow AFB, TX
Zip Code: 76908-4705
Country: US
 
Record
SN00861330-W 20050805/050803212102 (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.