Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
MODIFICATION

72 -- Purchase & Install Window Treatments Bldg 316

Notice Date
9/11/2007
 
Notice Type
Modification
 
NAICS
337920 — Blind and Shade 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
F1B3R27197A002
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Point of Contact
Brian Ames, Contract Negotiator, Phone 580-481-5839, Fax 580-481-5138,
 
E-Mail Address
brian.ames@altus.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
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 F1B3R217197A002 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 Hubzone concerns and is under North American Industry Classification Standards (NAICS) code 337920, with less than 500 employees. THIS REQUEST FOR QUOTATION IS TO OBTAIN PRICING FOR ITEMS WHICH ARE NOT FUNDED AT THIS TIME, BUT HAVE REQUESTED TO RECEIVE FUNDING THIS FISCAL YEAR THROUGH FALL OUT FUNDS, PRIOR TO 30 SEPTEMBER 2007. YOUR QUOTE MUST REMAIN IN EFFECT UNTIL THIS DATE. There will not be a formal site visit scheduled. A site visit can be requested prior to the bid due date. To request a meeting please contact Brian Ames, contract administrator, at 580-481-5839. The bid due date will be 18 Sep 2007 4:00pm. All quotes for this project will need to remain valid until October 31, 2007. Statement of Work is as follows: Specifications for Altus AFB Bldg. 316 -INSTALLATION ?GUARANTEE The bidding format will be: CLIN 0001 - Drapes Pinch Pleate blackout lined drapes, Camden, color sappire. Size 91" X 60" for individual rooms. Qty 72 ea CLIN 0002 - Hardware rods, baton two-way draw 82". Qty 72 ea CLIN 0003 - Blinds 3.5" PVC Vertical blind w/valance. 73.5" X 51.5", color alabaster for dayrooms Qty 2 ea CLIN 0004 - Blinds, 3.5" PVC vertical blind w/valance. 74" X 51", color alabaster. For dayrooms, Qty 4 ea CLIN 0005 - Blinds, 2" PVC vertical blind w/valacne. 68.25" X 87.5", color alabaster. For stairs Qty 2 ea CLIN 0006 - Blinds, 3.5" PVC vertical blind w/valance. 72.5" X 51.75", color alabaster. For office, Qty 4 ea CLIN 0007 - Blinds, 3.5" PVC vertical blind w/valance. 40.25" X 51.5", color alabaster. For entry office, Qty 1 ea CLIN 0008 - Blinds, 1" aluminum .008 guage mini blinds w/valance. 72.5" X 51.75", color alabaster. For rooms, Qty 72 ea CLIN 0009 Installation of drapes, hardware and blindsincluding removal of existing. Must be scheduled in advance to coincide with completion of renovation of building currently ongoing. A. DRAPERIES: 1. All draperies to be pinch pleated, blackout lined, with three finger pleats. 2. Drapery fullness shall be a minimum of 2-1. 2-1 fullness means that the width of the fabric when measured across the bottom of the drapery shall be at least twice the width of the drapery when measured across the pleats at the top of the drapery. 3. Drapes shall be one way or two way baton draw as specified, wall or ceiling mounted as required, and if requested, shall extend beyond each side of the window to allow for stack space. Unless otherwise specified in writing, one way draw drapes shall have one 4 inch return; two way draw drapes shall have two four inch returns plus a four inch overlap in the center. 4. All joining seams shall be overcast with a safety lock stitch and straight stitch using a Rimaldi or Merrow serging machine. Printed fabrics shall be matched in the seams. 5. All draperies shall be tabled to assure even hems. Side hems to be 1 1/2 inch double turned and blind stitched. Top and bottom hems to be 4 inch double turned. Bottom hems shall be blind stitched. Headers shall contain 4 inch permanent and washable crenoline (buckram). All pleats shall be bar tacked using a programmable straight line lockstitcher, spot tacked with triple tack stitch, and shall be uniform in size and equally distant from one another. 6. #T-54000 two piece, UV resistant, adjustable curtain hook shall be sewn into each pleat. 7. #T-49009 overlap stiffener with eyelet shall be sewn into the overlap edge of each panel of drapery for use with baton draw system. Stiffener shall be double straight stitch reinforced. Unless otherwise specified in writing, no less than one half fabric width shall be used on any panel. 8. Covered #2 weights shall be sewn into each corner and seam. All draperies shall be fan folded and individually wrapped in plastic bags. 9. Thread shall be polyester wrapped polyester matching the drapery fabric in color. Use of monofiliment is prohibited. 10. Lining shall have a double folded one inch single straight stitched bottom hem and a four inch single turned header sewn into the top of the drapery. Lining shall be sewn to within one half inch from the bottom of the face material. A. DRAPERIES: DRAPERIES in Standard Rooms: Pattern: Camden (Salem) Color: Sapphire Fabric Width: 54 Inches Contents: 100% Avora Polyester Flammability: Flame Retardant to pass NFPA 701 Small Scale Blackout Lining Fabric for all Draperies: Roc Lon Thermal Suede Type: Three Pass Fire Retardant Fabric Width: 54 Inches Contents: 50% Cotton / 50% Polyester Flammability: Flame Retardant to pass NFPA 701 Small Scale B. DRAPERY HARDWARE All hardware shall be assembled EZ GLIDE baton draw system for use with conventional pleated heading system. Each track shall be comprised of the following components: T-1012 / T-1020 Custom made extruded aluminum track, color white chromated powder coated finish, with factory applied dry lubricant. T-1002 Ball bearing carriers, slim line with 30% less stack back than conventional ball bearing carrier. T-42501-3 Master Carrier, multi wheel underlap left (42501), overlap right (42503), for front baton system with stiffener and screw. T-42301 End Caps. T-44110 Fiberglass Batons, 36 inch with baton adaptor. T-49009 Stiffener, large with grommet, adjustable for wall or ceiling mount. T-49015 Hex head shoulder screw to attach baton to master. T-43202 Adjustable wall bracket from 3 to 4.5 inches T-43003 Ceiling clip for optional ceiling mount T-54000 Adjustable two piece curtain hook, sewn in, washable UV resistant C. VERTICAL BLINDS ? Product: Graber G-71 Super-Vue Vertical Blinds ? Headrail: Shall measure 1 15/16" wide and 1 3/8" high with an average wall thickness of .050? and made of satin finish anodized aluminum alloy 6063-T5. ? Carrier is molded acetal with a detachable stem, molded in clear non-yellowing high-impact resistant nylon. Carriers shall traverse on self-lubricated wheels and stems shall be replaceable without demounting the headrail. Carriers are located in the center channel making the headrail reversible. ? Rotation of louvers shall be provided by pulling #10 nickel-plated steel bead chain, which rotates a planetary gear system. This drives an extruded (0.300 dia.) aluminum pinion rod that rotates the carrier stem. The standard E-Z Open feature will open louvers if traverse cord is operated. ? Traversing and spacing of louvers shall be achieved with a pantograph system made of hard-tempered 18 gauge (0.046?) plated steel, providing uniform spacing. Louvers overlap no less than 3/8?. Traverse cord is #3 (0.094?) diameter with a minimal tensile strength of 125 pounds and is equipped with a cord weight and a cord clip that is positioned right above the cord weight and anchored to the wall or window jamb. ? Louver material and color: 3 ?? PVC Color Name: Ivory Color Number: 3357 2? PVC Color Name: Ivory Color Number: 3737 D. HORIZONTAL BLINDS ? Product: Bali 1? Classic Horizontal Mini Blind ? Color ? Color Name: Alabaster ? Headrail: Shall be 1" high by 1 1/2" wide, U-shaped, made of phosphate treated steel, finished with a polyester baked enamel paint finish and shall measure .025" thick. ? Bottomrail: Shall be completely enclosed tubular shape made of phosphate treated steel, finished with a polyester baked enamel paint finish and shall measure .025" thick ? Slats: 1" wide slats shall be aluminum alloyed for maximum strength and flexibility and will be treated with an anti-static and anti-microbial paint finish. Slats shall be: ? Tilter shall me made of injection-molded thermoplastics for smooth low friction operation and will incorporate a clutch mechanism to prevent damage due to over tilting. ? Cord lock shall be a snap in design incorporating a stainless steel wear guard over which cord pass. Floating shaft locking pin will lock blind at any position and shall be crash proof. End of lift cords will be treated with color coordinated plastic tassels. ? Braided ladder shall be made of 100% high tenacity polyester incorporating two extra strength rungs per ladder to support slats. E. MEASURING AND INSTALLATION It shall be the complete responsibility of the contractor to obtain accurate dimensions at the job site and to examine all conditions as they relate to this installation. Installation shall be performed by skilled drapery installers. All work must be accomplished in a neat and professional manner following established trade practices. Installers shall trim, level and secure all hardware using fasteners appropriate to the mounting surface. Adjust all products to insure a smooth and proper fit and operation. Leave the area clean and free of all debris resulting from this installation. The installation crew shall notify the owner, before commencing the installation, of the proposed installation schedule for the owners approval. Additionally, crew shall obtain a signed "letter of satisfaction" from the owner or his designated agent, prior to final departure from the job site. F. GUARANTEE: The installation shall be guaranteed to be free from all defects in materials or workmanship for a period of not less than one year from the date of delivery. All products found to be defective within this period shall be replaced, with the cost of replacement, including shipping charges, to be borne by the contractor. "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 52.232-18 Availability of Funds(Apr 1984), 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 (11-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/F1B3R27197A002/listing.html)
 
Place of Performance
Address: 97 Contracting Squadron 303 J. Ave, Bldg 302 Altus AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01403422-F 20070913/070911225158 (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.