Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

54 -- Pre-Engineered Building (Canopy)

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3F36174A100
 
Response Due
8/28/2006
 
Archive Date
9/12/2006
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1B3H16108A200 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 332311, with 500 or less employees. Statement of Work: 1. DESCRIPTION: This work consists of providing all materials, labor, and equipment necessary for the Installation of a 60 ft x 40 ft pre-engineered canopy at Fire Station #1, Bldg. 267 at Altus AFB. 2. PERFORMANCE TIME: Work is to be completed within 45 calendar days after NTP is issued, during normal duty hours from 0730 to 1630, and weekdays Monday through Friday. 3. CONTRACTOR RESPONSIBILITIES: Verify exact location of new work with the Construction Manager. Verify conditions and dimensions at the site before ordering or delivery of material. Provide all tools, equipment, materials, transportation and labor to accomplish work. Contractor shall maintain a normal safe work area and remove all debris from Altus Air Force Base when work is completed. Excess materials and waste will be disposed of in accordance with local and state ordinances. Any damage to existing facilities or appurtenances shall be repaired or replaced, in kind, by the contractor at no additional cost to the Government. No vehicles shall be driven on the sidewalks or grass. 4. COORDINATION OF WORK: Provide a Work schedule showing area to be worked in, dates of work, and estimated time for completion of the project. Submit schedule to the Contracting Officer (CO) for approval and coordination. Coordinate proposed schedule 7 days in advance of work to be accomplished with the Construction Manager, who will make arrangements with the using agency. Work is to be performed to the satisfaction of the CO. 5. PRINCIPLE FEATURES: The work to be accomplished consists, in general, of the following principal items. The Contractor is instructed to include all such items of work as part of his/her proposal of the work to be performed. a. The contractor is to install a 60 ft x 40 ft x 12 ft pre-engineered canopy with a standing seam metal roofing system and partial walls of matching standing seam material from the eve of the roof down to three feet above ground level on two sides and the back. Canopy shall meet all applicable codes and structure shall withstand at minimum 90 mph wind load. The contractor shall field verify prior to any construction work. b. A standing seam metal roof (SSMR) is to be installed to match existing buildings along with fascia and soffit materials. The colors of all roofing materials are to match Berridge ?Aged Bronze? and the panels are to be the ?locking, rolled-seam style of SSMR. c. Gutters with downspouts are to be installed at all areas and splash-blocks are to be installed at all downspouts. All materials are to match roof system and be installed per UFGS specification requirements. d. The contractor shall be responsible to: excavate topsoil, scarify and compact sub-grade material, install 6? of select fill and install a new 6? slab with footings/spread footings and anchor bolts per the manufacturer?s recommendations. The area from the existing drive area shall be re-configured by: cutting the existing curb/gutter, excavating topsoil, scarifying and compacting sub-grade material, installing 6? of select fill and a new 6? concrete driveway which slopes to meet the new slab area with a finish grade approximately 1? below the finished slab. Areas adjacent to the new concrete slab and driveway are to be fine graded and have sod installed to match the existing grades and maintain drainage around the new structures. e. The impact of the unit operation shall be minimized during the construction. Canopy delivery and construction schedule shall be coordinated with the user, 97 CES/CEF. f. Submittals including the plan, specification and construction schedule are to be provided by the Contractor per the Contract Documents for approval by the Contracting Officer. Drawings shall show canopy layout, required design loads per local building code, structural members and footing sizes. g. A minimum 1-year warranty is standard with this project. Warranty includes, but is not limited to, leaks and material defects. The work area is to be cleaned on a daily basis along with any dust/debris that is transmitted into the corridor/shared areas of the facility and excess/demolished materials are to be removed from Altus AFB to an approved landfill as part of this contract in contractor provided containers/trucks/trailers. (End SOW). A site visit is scheduled on Wednesday, August 23, 2006 at the contracting office of Altus AFB. All individuals planning to attend will need to pre-register with one of the two points of contact listed below before 08:00 on August 23, 2006 with the company name and total number of people attending. Failure to pre-register may prevent you from being able to participate in this site visit. All attendees shall meet at the South Gate (located on hwy 62) of Altus AFB no later than 9:45 AM on the day of the site visit. ATTENDANCE AT THE SITE VISIT IS NOT A REQUIREMENT TO SUBMIT A QUOTE. All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Larry Pruitt 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5837,send a fax to (580) 481-5138, or e-mail to: larry.pruitt@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone quotes, will not be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer and three (3) references (to include point of contact and telephone numbers) on company letterhead to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CST, 28 August 2006. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/); FAR 52.212-2 Evaluation, Commercial Items (JAN 1999) is hereby ammended as follows: (a) The Government will award a contract resulting from 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 in order of significance: Price and Past Performance(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations. FAR 22.404 Davis-Bacon Act Wage Determinations; FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998) is hereby tailored to include the following website: http://farsite.hill.af.mil; 52.252-6 Authorized Deviations in Clauses, (APR 1984); FAR 52.252-6(b) is hereby tailored as follows: The use in this solicitation or contract of any DFAR (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation; 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request; DFARS 252.204-7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Davis Bacon Wage Determination OK14, Jackson County, Oklahoma is hereby incorporated into this Solicitation and any resultant Purchase Order. It is available electronically at: http://www.wdol.gov/ or upon request from one of the above listed POCs by fax or email.
 
Place of Performance
Address: 303 J AVE, BLDG 302, ALTUS AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01117989-W 20060819/060817220831 (fbodaily.com)
 
Source
FedBizOpps 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.