Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

59 -- AC & ELECTRICAL SERVICE - OPERATION SANDCASTLE 2008

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ACA, Fort Irwin, Directorate of Contracting, PO Box 105095, Fort Irwin, CA 92310-5095
 
ZIP Code
92310-5095
 
Solicitation Number
SANDCASTLE_09
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
SARAH MUNOZ, 760-380-7035
 
E-Mail Address
Email your questions to ACA, Fort Irwin
(sarah.munozmarquez@us.army.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 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 SANDCASTLE_09 is issued as a Combined Solicitation/Synopsis. NTC, Acquisition Command request supplies for the following requirement. (SEE REQUIREMENT DESCRI PTION). This requirement is totally set-aside to small business, NAICS: 238220. Only written (fax or email) quotes will be accepted. Quotes must be received no later than 13:00 (1:00 p.m.) PST, 25 February 2008. POINT OF CONTACT: Ms. Sarah Munoz-M arquez, 760-380-7035, fax 760-380-3693, sarah.munozmarquez@us.army.mil. Alternate POC is Ms. Mildred Pryor, 760-380-4454, fax 760-380-3693, mildred.pryor@us.army.mil. REQUIREMENT DESCRIPTION: AC & Electrical Services (see below for full under standing of requirement): DESCRIPTION: The contractor shall provide air conditioning and power to the two existing clamshell structures at FOB Santa Fe. The contractor shall inspect each structure and determine the power and air conditioning req uirements for each. The contractor shall provide repair and maintenance for all power and air conditioning provided. The contractor shall provide and install lighting, GFCI protected receptacles and diesel/JP8 powered generators. Lighting fixture s type shall be metal halide, 400 watt with diffuser/shade or equivalent industry standard. Each structure requires a minimum of three (3) lighting fixtures. Contractor will supply 30 ampres of 120volt AC power to each structure in addition to the requir ed lighting. The 30 ampres of power shall be distributed through GFCI protected receptacles installed along the structures interior perimeter. Each structure is to have a dedicated GFCI protected distribution panel installed in its interior. Installed i n each structure shall be an electric exit light unit(s) that displays a continuously lit red EXIT above each. All electrical connections are to be made in the structures interior, where possible. Power cables are to be buried, as needed, under r oads, access ways or as designated by the contracting officer. Electrical generation and all electrical components shall meet applicable requirements of the National Electrical Code (NEC) for temporary out of the doors, wet and windy locations. All elect rical power generation and any distribution equipment systems shall be grounded according to NEC requirements. To reduce downtime and outages, twist lock connections are required of all 120v AC electrical wiring and components. Electricians must ha ve a minimum of 5 years verifiable experience in Commercial and Residential electrical work. A Certificate of Journeyman Status from a registered Labor Union will suffice as evidence of experience. *****REPAIR REQUIREMENTS: The Contractor shall hav e a designated point of contact available 24 hours a day, everyday, for duration of contract. The contractor shall respond to and initiate repairs for all customer repair requests within 4 hours of all requests made prior to 3:00 p.m. local time. The cont ractor shall respond to and initiate repairs for all customer repair requests NLT 7:00 a.m. the following morning for all requests made after 3:00 p.m. local time.***** EVALUATION FACTORS: The basis for award is on price and price related fac tors. SOLICITATION/CONTRACT CLAUSES The following provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration; 52-212-1, Instructions to Offerors Commercial Items; 52.212-3 Offeror Representation and Certifica tions-Commercial Items; Offerors shall include a completed copy of the provision at 52.212-3; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders  Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.219-6, Notice of total Small Business Set-Aside; 52.225-1, Buy American Act; 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act 1965; 52.217-8, Option to Extend Service; FAR Clause 52.000-4032, Army Electronic Invoicing; 252.204-7004 Required Central Contract Registration; 252-246-7000 Mater ial Inspection and Receiving Report; 252.232-7003 Electronic Submission of Payment Requests. This provision may be obtained at http://www.arnet.gov/far. LOCAL CLAUSES: 52.000-4032 Army Electronic Invoicing Instr uctions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract admi nistration office, and the payment office. [ X ] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data in terchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendo r request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be direct ed to the Defense Finance and Accounting Service (DFAS) ______________________ at _________________or faxed to ___________________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment a nd receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be requ ired to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ X ] Invoice (Contractor Only) [ ] I nvoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ X ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: __W9124B __ ADMIN BY DODAAC: __W9124B___ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO D ODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ____W9124B______ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: mildred.pryor@us.army.mi and sarah.munozmarquez@us.army.mil INSPECTOR : Government ACCEPTOR: __Government_ RECEIVING OFFICE POC: _Ms. Sarah Munoz-Marquez____ CONTRACT ADMINISTRATOR: _Ms. Sarah Munoz-Marqu ez_ CONTRACTING OFFICER: ____Ms. Marie G. Velez_____ ADDITIONAL CONTACT: _Ms. Mildred Pryor (Alternate POC)______________ For more information contact: _Ms. Sarah Munoz-Marquez________ COR The contracting officers representa tive (COR) will be appointed in writing at the time of contract award. PAYMENT & INVOICING All payments for this solicitation/contract will be made by DFAS. The contractor shall include the payment address in the proposal, if it is different from that shown for the offeror. INVOICING The contractor shall submit one (1) original copy to the COR, one (1) copy to the designated DFAS, and one (1) copy to the NTC Acquisition Command, Fort Irwin, CA 92310, ATTN: Ms. Sarah Munoz-Marquez, Fax: 760-380-3693. All payment(s) for this solicitation/contract will be made by DFAS. FAR Clause 52.000-4032, Army Electronic Invoicing SOLICITATION CLOSING The closing date for this solicitation are as follow: 25 February 2008 at/by 1 300 hours (1:00 p.m.) PST. INSTRUCTIONS Return offer not-later-than 25 February 2008@ 1300 (1:00 PM) PST to the address shown below via fax, e-mail or mail to Ms. Sarah Munoz-Marquez. Contractors must be registered in the Central Contracto r Registration System (CCR). No contract will be entered into with an un-registered vendor. Internet access allows vendors to register by completing an electronic on-line application at http://www.bpn.gov/ccr Provide your Dun and Bradstreet Number :____________________________________ Provide your CCR Cage Code:_____________________________________________ Provide your Federal Tax ID Number:_______________________________________ Provide your email address:______________________ _________________________ POC NTC Acquisition Command: Ms. Sarah Munoz Marquez NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-7035 Fax: 760-380-3693 Email: Sarah.MunozMarquez@us.army.mil Alter nate POC Acquisition Command: Ms. Mildred Prior NTC Acquisition Command PO Box 105095 Fort Irwin, Ca 92310 Tel: 760-380-4454 Fax: 760-380-3693 Email: mildred.pryor@us.army.mil IMPORTANT DATES The contractor shall perform in a ccordance with the following dates: Mobilization Date: 1 April 2008- 30 April 2008 Actual Period of Performance Date: 1 May 2008  30 June 2008 Demobilization Date: 1 July 2008  31 July 2008 Contractor shall have equipment remo ve from FOB and work site area(s) prior to 1 August 2008.
 
Place of Performance
Address: ACA, Fort Irwin Directorate of Contracting, PO Box 105095 Fort Irwin CA
Zip Code: 92310-5095
Country: US
 
Record
SN01508041-W 20080215/080213224625 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.