Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

95 -- STAINLESS STEEL ROLL UP DOOR

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
96853-5230
 
Solicitation Number
Reference-Number-F3RGF07142A100
 
Response Due
6/18/2007
 
Archive Date
7/3/2007
 
Point of Contact
Hanika Torio, Contract Specialist, Phone 808-448-2969, Fax 808-448-2911,
 
E-Mail Address
hanika.torio@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*******This amendment is issued to change the response date to 18 June 2007 and change/add specifications. Roll up door will be 14 FEET HIGH BY 12 FEET WIDE. Roll up door requiring replacement is located on the first floor. Vehicles can be driven into and through a power plant's engine room to gain access to the door. There is a short concrete landing on the exterior side of the door. Pictures are available upon request by contacting SSgt Torio at hanika.torio@hickam.af.mil******* 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. The solicitation number for this procurement is F3RGF07142A100 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0314 and Air Force Acquisition Circular (AFAC) 2007-0327. For informational purposes the North American Industry Classification System code is 332321, with a small business size standard of 500 employees. This acquisition will be awarded as a firm fixed priced contract. Contract will consist of one (1) line item. CLIN 0001 Replace Atlas Roll-lite Door. This work generally consists of installing the 14 FEET HIGH BY 12 FEET WIDE stainless steel roll up service type door. All components such as the curtain, hood, guides, brackets, endlocks, windlocks, fasteners, rivets, barrel etc shall be stainless steel to ensure maximum corrosion resistance. Components that cannot be made of stainless steel due to strength or other factors must be galvanized or coated with another similar, protective, rust inhibiting coating that will withstand abrasion typical with roll-up door operations. The new door shall withstand a minimum wind load of 40 PSF. A new motor operator is also required for installation, R/H 115 VAC, single phase, 60 Hz, 1/2 hp. Installation shall be in accordance with manufacturer?s instructions and include sealing of all joints between new door frame and case opening. Roll up door requiring replacement is located on the first floor. Vehicles can be driven into and through a power plant's engine room to gain access to the door. There is a short concrete landing on the exterior side of the door. Pictures are available upon request by contacting SSgt Torio at hanika.torio@hickam.af.mil Contractor shall provide all labor, materials, equipment, and work necessary to perform all the work as well as the removal and disposal of the replaced door. Quotation shall include all freight delivery costs for FOB destination to BLDG 38 KA'ENA POINT STS WAIANAE, HAWAII 96792. The Government will award a purchase order resulting from this Request for Quotation to the technically acceptable, responsive, responsible offeror whose quotation is determined to be the most advantageous to the government, price and other factors considered. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Nov 2006) (this must be completed on http://orca.bpn.gov), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Jun 2005) is included with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Sep 2006), applies to this acquisition. The contractor must be registered in the Central Contractor Registration (CCR) database IAW DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). The following FAR clauses are applicable: 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2007); 52.233-3 Protest after Award (Aug 1996); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor: Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-35, Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports (Sep 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following DFARS clauses under paragraph (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (June 2005); 252.225-7003, Buy American Act Free Trade Agreements - Balance of Payments Program (Dec 2006); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.247-7023, Transportation of Supplies by Sea (May 2002). ALL PROPOSALS MUST REACH THIS OFFICE NO LATER THAN 3:00 PM, Hawaii Standard Time (HST), on 18 June 2007. Any questions in regards to this solicitation must be submitted no later than 10 June 2007 to ensure the Government ample response time and timely submittals of proposals. E-mail offers to 15th Contracting Squadron, Hickam AFB, Hawaii, ATTN: Hanika Torio at hanika.torio@hickam.af.mil or fax number (808) 448-2911. Alternate Contracting POC: Anthony Weedin, (808)448-2972 or anthony.weedin@hickam.af.mil. Quotations must meet all instructions put forth in this combined synopsis/solicitation. Reference the solicitation number, provide a delivery date and include your company's Cage Code and Tax ID Number on the quotation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUN-2007); 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.fbo.gov/spg/USAF/PAF/15CONS/Reference-Number-F3RGF07142A100/listing.html)
 
Place of Performance
Address: BLDG 38 KA'ENA POINT STS WAIANAE, HAWAII
Zip Code: 96792
Country: UNITED STATES
 
Record
SN01319647-F 20070616/070614224955 (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.