Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

N -- Construct Work Facilities on Existing Mezzanine

Notice Date
9/7/2007
 
Notice Type
Modification
 
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
73523-5132
 
Solicitation Number
F1B3V17233A100
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
Point of Contact
Brian Ames, Contract Negotiator, Phone 580-481-5839, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
brian.ames@altus.af.mil, charles.peterson@altus.af.mil
 
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 F1B3V17233A001 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 17 Aug 2007. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 332311, with less than 500 employees. There will be a site visit Thursday Sep 6 2007 at 10:00 am CDT located in the large conference room of the Contracting Building on Altus AFB Oklahoma. All quotes for this project will need to remain valid until October 31, 2007. There will be a site visit 13 Sep 06 at Altus AFB OK building 302 at 1:00 pm. Contractors interested in attending this site visit must register with one of the listed contacts before 10:00 AM CDT August 13, 2007. The meeting location for the site visit will be Altus AFB South Gate (located on HWY 62). For RSVP for the meeting please contact Brian Ames, contract administrator, at 580-481-5839. Statement of Work is as follows: STATEMENT OF WORK CONSTRUCT A FULLY FUNCTIONAL 14'.7" X 17' FEET FULLY FUNCTIONAL OFFICE ON TOP OF A LREADY EXISTING MAZINEE LOCATED IN BLD 353 1.0. SCOPE: Contractor shall provide all labor, tools, equipment and materials necessary to build and install a 17' X 11'6" office on top A mezzanine we already have in place. This office to be fully operational with lights power outlets heat and A/C system when it is completed.. The office will be built to meet the local, national building and fire safety codes. Altus AFB will be provided with all the plans, certificates, architectural drawings and schematics prior to and or upon completion of work. All work will be accomplished in Building 353, Vehicle Maintenance Facility, Altus AFB OK. 2.0. PRINCIPAL FEATURES: 2.1. Office system: To be constructed at contractor's facility and delivered to BLD 353 at Altus AFB. This Office will be assembled and installed on top of pre existing mezzanine which is located in main shop. Interior Ceiling height office will be 7 feet and will have fire sprinkler system that meets Nat. NFPA-13, all state and local code and requirements. 2.2. Fire sprinkler system: Contractor will install fire sprinkler system inside the office, below the office to serve storage area under the mezzanine, and compressor shed which is located immediately south of mezzanine where office will be built 2.3. The contractor will build 4 walls to be assembled in our location. West wall: 17 feet in length, this wall will have three windows evenly spaced with 1/4 inch wire glass and 1 ea 120V light switch, 1ea modular quick- tric outlet. North wall: 14 feet in length, will have an entry door to match stairs of the mezzanine for entry and exit. The door will be constructed of 3068 20guage bronze steel with 1/4 wire glass and lever lock. There will be 1 ea 120V modular quick tric light switch to operate the lights on the ceiling. East wall: 17 feet in length, will have 1 ea 120V modular quick-tric outlet South wall: 11'6" feet in length, and will have 1ea modular quick tric outlet and 1ea modular quick tric CB Box with 4 spaces. A dedicated 230 V modular outlet will be located some where near heat/AC unit which is to be supplied and installed by contractor. AC/Heater unit will have a water condensation disposal kit. This kit is to be supplied and installed by contractor. Drain kit pluming to be installed and routed by contractor to be discharged in to the floor drain system. AC/Heater unit will be installed in the east wall and will have a water condensation disposal kit. This kit is to be supplied and installed by contractor. Drain kit pluming to be installed and routed by contractor to be discharged in to the floor drain system. Office Ceiling will be constructed off steel grid ceiling. There will be 4 ea modular quick-tric T-8 light fixtures installed and wired to be delivered in turn key operation status. Floor: will be constructed of materials that will help reduce outside noise and will be finished with 1/8?? vinyl tiles. There will adequate fire sprinklers installed in the finished ceiling. All materials and labor provided by the contractor is required to meet or exceed NFPA-13, state and local codes. 2.4. The contractor shall ensure the installation of all equipment and items meet the most current version of the NEC, NFPA and IBC. Finished surfaces shall match existing in material, color and quality, as applicable. 2.5. Upon completion of the project contractor will be required to have 120V and 240V Power routed to and from the proper circuit boards and connected. All the electrical outlets, lights and Ac/heating unit is to be tested prior to completion of the work by contractor 2.6. The contractor shall proceed with the work in a continuous and diligent manner. All items required to complete the work shall be in the contractor's possession and the contractor shall proceed with the installation without interruptions. Night, weekend or holiday work must be approved in advance, and will be kept to an absolute minimum. 3.0. CONTRACTOR RESPONSIBILITIES: The contractor shall become familiar with the work area and requirements. They will verify all field measurements for work to be accomplished to include surface measurements, material required, other necessary components, accessories, and/or equipment to provide complete and fully operational systems, and shall provide at least minimal or basic operating instructions for the customer or users. The contractor shall coordinate all operations with the building facility manager and contract administrator as well as the customer as defined below. 4.1. The successful vendor shall provide detail drawing(s) showing position and configuration of all new work and equipment upon completion of installation. The contractor shall also make a reasonable effort to provide a general daily verbal update to the customer or contracting officer on the project status. Contractor is required to accomplish their work during normal duty hours of vehicle maintenance facility which is Monday through Friday between the hours of 7:00 am through 4:00 pm. 4.2. The contractor shall maintain a safe working area at all times. All debris shall be removed from the work site on a continuous and daily basis, as necessary to maintain a safe working area. The work area shall be cleaned and debris removed when the project is completed, before final inspection and acceptance. 4.3. There may not be any identified asbestos or lead based paint located at the work site, nor will the contractor incorporate those materials into the work. "END OF SOW"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/ and Online Representations and Certifications Application (ORCA) https://orca.bpn.gov/ . Please send any questions or requests to 97 CONS / LGCB, ATTN: Brian Ames 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5839, send a fax to (580) 481-5138, or e-mail to: brian.ames@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 bids, 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, (SEP 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1400 (02:00 P.M.) CDT, 13 September 2007. Submit signed and dated quotations on company letterhead or quotation form. 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 52.212-2 Evaluation of proposals The proposals will be evaluated as most advantageous to the government by looking at both price and past performance. FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2007) 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 clause 52.212-4 (FEB 2007), 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 2007); FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006), FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007), FAR 52.225-3 (alt 2) Buy American Act Supplies (NOV 2006) DFARS 252.232-7003 (MAR 2007), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (APR 2003), Contractor Access to Air Force Installations, FAR 52.222-41 Service Contract Act of 1965, as amended (41 U.S.C. 351, et seq.), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), General Worker, WAGE: $15.05, FRINGE: $3.16 (Govt Est.); 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); FAR 52.233-3 Protest after Award (Aug. 1996), FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), FAR 247-34 F.o.b. Destination (Nov 1991), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984), 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 (APR 07); 252.217-7011 Access to Vessel (DEC 1991), DFARS 252.232-7003 (MAR 2007), Electronic Submission of Payment Request DFARS 252.204- 7004 (alt A)Required Central Contractor Registration (NOV 2003); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 91), DFARS 252.247-7023 Transportation of supplies by sea (MAY 2002), AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005), AFFARS 5352.242-9000 (AUG 2007), 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-SEP-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/AETC/AAFBCS/F1B3V17233A100/listing.html)
 
Place of Performance
Address: 97 Contracting Squadron 303 J Ave, Bldg 302 Altus AFB, OK
Zip Code: 73523
Country: UNITED STATES
 
Record
SN01399754-F 20070909/070907230555 (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.