Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
DOCUMENT

61 -- Automatic door operators - Solicitation 1

Notice Date
5/16/2008
 
Notice Type
Solicitation 1
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3H3G38129A001
 
Point of Contact
Dustin W. Hoffmann,, Phone: 402-294-4352, Donald E Simons,, Phone: 402-294-4430
 
E-Mail Address
Dustin.Hoffmann@Offutt.AF.Mil, donald.simons@offutt.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, F3H3G38129A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21. This procurement is a 100% Total Small Business IAW FAR 19.502-2 (a). The NAICS code is 335999 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation; 1. Scope: Work includes providing all labor, material and equipment required to install new contractor purchased automatic door operators on an existing exterior and interior set of the main entry doors at B.457. The specific requirements are as follows: a. New contractor furnished door operators shall be Norton 5700 series Leo power operator or approved equal. b. Door Location: There are 3 sets of double door entrances on the front of the facility. The new automatic door operators will be installed on the set of doors to the right of the center set of doors. c. Automatic door operators will only be installed on one door leaf of the exterior and interior set of double doors. d. Follow manufacturer's installation instructions for the installation of new automatic door operators e. Door operation shall be selectively switched and activated by radio frequency control. Door operators will be activated by a manufacturer supplied surface mounted stainless steel push plate. Locate plate on the brick facade adjacent to the doors. Button height shall be in accordance with the American Disability Act. f. The automatic door closers require a "shut off capability" or locking feature for occasions when the building is in "lock down" mode requiring cipher lock entry through the remaining manual doors. g. The contractor shall provide all required wiring and conduit back to the closest electrical panel (identified at pre-proposal site visit) for power and perform all required connections to the panel. All electrical work shall be in accordance with the latest edition of the National Electrical Code. 2. PRINCIPAL FEATURES. The work covered by these specifications consists of furnishing all plans, labor, materials, tools, and equipment necessary in performing all operations in connection with this contract. 3. OCCUPANCY. Throughout the duration of the contract, the Government will occupy the existing facilities. The contractor shall not restrict pedestrian or vehicular traffic to these facilities and shall coordinate construction with the Government Representatives to minimize conflicts and to facilitate usage. The contractor shall perform the work so as not to interfere with ongoing operations. 4. TEMPORARY SERVICES. The contractor shall provide and maintain any temporary services, including but not limited to water, power, lighting, access provisions, fire extinguishers, weather or security enclosures, and temporary dust partitions. Remove temporary services when the use of services is no longer needed. 5. UTILITY SERVICE INTERRUPTIONS. The contractor shall submit written notification not less than 14 calendar days (unless waived by the Government Representative) in advance of each interruption of each utility and communication service to or within existing buildings and facilities being used by others and new facilities in use and possession prior to completion. No single outage will exceed 4 hours unless approved in writing. The contractor shall describe the work to be done, the desired time, date, and duration of the outage. No work shall be done until approval is received from the Government Representative. All utility outages will be conducted during non-duty hours. The time and duration of all outages will be coordinated through the Government Representative. All utility service interruptions shall be kept to a minimum. In order to minimize interruption durations, the contractor shall make every attempt to complete maximal preparation prior to each utility interruption. 6. PROTECTION, PATCHING AND REPAIRING. All holes, damaged finishes, exposed unfinished surfaces or any damage caused by work under this contract shall be repaired at no additional cost to the Government. Restore exposed finishes of patched areas where directed by the Government Representative. Extend finish restoration into adjoining areas in a manner that will eliminate evidence of patching and refinishing. 7. FIRE PROTECTION CONSTRUCTION CRITERIA. The contractor will be required to comply with the provisions of National Fire Protection Act 241 entitled "Building Construction and Demolition Operations," including Appendix A. The contractor shall make themselves knowledgeable and comply with the fire protection requirements of Offutt AFB Supplement 1 to Air Force Instruction 32-2001, "Fire Prevention and Fire Protection," to apply during the construction period. The contractor shall furnish and maintain required fire extinguisher(s) during the contract period and shall remove the extinguisher(s) upon project completion. 8. CLEAN UP. Clean up of all items shall be accomplished by the end of each day. Debris, trash, and items removed and to be disposed of shall be removed from the work site and storage areas at the end of each day's work and disposed of outside the confines of Offutt AFB, in a contractor provided area. The contractor will also be responsible for cleaning mud, rock, and debris deposited by the contractor's, sub-contractor's, or supplier's vehicles from all roads in the construction areas used by these vehicles. 9. WELDING. Welding within the building will be permitted. The contractor shall obtain the proper welding permit and coordinate welding regulations with the Base Fire Department. (If required) 10. USE OF UTILITIES. All reasonable quantities of utilities will be made available to the contractor without charge if available. Any temporary connections or lines that may be required will be installed, maintained, and removed by the contractor at his own expense and in a manner satisfactory to the Government Representative. Outside power connections to the exterior utility system shall be accomplished by the local utility and all fees shall be included in the contractor bid. Removal of such connections or lines will be accomplished before final acceptance of the construction. If utilities are not available the contractor is responsible for providing any temporary utilities required (generator, fuel tanks, water tanks, etc.) as part of the base bid and at no additional cost to the government. 11. WORK SCHEDULE. Working hours for the contractor will normally be between the hours of 7:30 a.m. and 5:00 p.m., excluding Saturdays, Sundays, and Federal holidays. If the contractor wishes to work during periods other than above, additional Government inspection forces may be required. The contractor must request permission from the Contracting Officer to work during periods other than above sufficiently in advance to allow assignment of additional inspection forces when the Government Representative determines that the additional inspection force is reasonably available. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 12. SECURITY REQUIREMENTS. The contractor will be working in a non-secure area and will abide by all applicable rules and regulations. a. Listing of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number, driver's license number and AF 75 number. The list shall be provided to the Contracting Officer and Construction Inspector. The list shall be updated within a week when an employee's status or information changes. b. Pass And Identification and Base Entry. An Air Force Form 75 (AF 75), Visitors Pass is required for all employees and vehicles. The AF 75 will be issued IAW OAFBI 31-101, section 8.5.11. The contractor shall ensure the pass and identification items required for contract performance are obtained and renewed (as required) for employees and non-government owned vehicles. Contractors shall access the base using the contractor gate (south entrance) and are subject to vehicle search. Contractors will be responsible for escorting all material trucks required for the project from the contractor gate to the job site and back off base. Escort privileges must be included in the AF 75 request for an individual to be an escort. c. Retrieving Identification Media. The contractor shall retrieve all government identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. The contractor must turn in badges for all employees under the contract for final payment to be made. d. For Official Use Only (FOUO). The contractor shall comply with DoD 5400.7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. e. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. f. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. g. Explosives or Fire Arms: The contractor shall NOT use or possess explosives or fire arms. h. Routes: The contractor shall use only established roadways, entrances, and exits as prescribed by the Government Representative. i. Locations: The contractor's employees shall be restricted to areas within the contract scope plus direct routes to and from the site from off base. j. Seat Belts: The use of seat belts by all vehicle and equipment occupants is required at all times while in vehicles and movable equipment. k. Parking: The Contractor's employees shall park only in areas designated by the Chief of Construction Management for this purpose. l. Vehicle Emblems: The contractor's commercial vehicles shall display emblems indicating the company name. 13. MOBILE PHONE. The contractor's site representative (superintendent or foreman), throughout the execution of the project, shall be accessible via a mobile phone. The number to the phone shall be local and provided to the Contracting Officer prior to the start of work. The contractor is informed that mobile phone usage without a hands-free device while driving on base is prohibited. Personnel violating this regulation may be cited. 14. CONSTRUCTION PERMITS. a. Digging Permits: (If required) The contractor will be responsible for coordinating a government supplied, Base Civil Engineer Work Clearance Request (AF Form 103) prior to performing digging of any type. The contractor shall process the digging permit by coordinating with and obtaining signatures from responsible representatives of the organizations listed on the AF Form 103 prior to obtaining final approval from the Air Force Base Civil Engineer or his approved representative. The area requested for clearance for each individual permit shall be limited to a maximum of two (2) weeks production for an individual permit. The contractor will be given assistance, by the government, in the execution of the initial Work Clearance Request. Thereafter, government assistance will be limited to an as-needed basis in the event of unusual circumstances. It will be the contractor's responsibility to coordinate the completion of the necessary AF Form 103 and arrange to have existing utilities located as indicated on the completed form, prior to the beginning of digging operations in the individual areas. This coordination is anticipated to take approximately three (3) working days to complete per request, and may require coordination with as many as twenty (20) individuals located on or near the base. A blank copy of the AF Form 103 can be obtained from the construction inspector. Any unusual delay in obtaining approval from any particular organization will be reported immediately to the Contracting Officer Representative for assistance. The contractor must comply with the four contractor responsibilities on the back of the AF Form 103, including maintaining a copy of the AF Form 103 on the job site while working. 15. CONTRACTOR DAMAGES. Areas not identified to be removed/worked under this contract that are disturbed or damaged during construction shall be removed and replaced at no additional cost to the Government. 16. SENSITIVE INFORMATION. The contractor, his employees, subcontractor personnel, and supplier personnel shall treat all information about the project specifically and about the surrounding military facilities in general as sensitive and proprietary and with confidentiality. The contractor, his employees, subcontractor personnel, and supplier personnel shall share project and base information with others only on a need to know basis and only in support of the project. The contractor, his employees, subcontractor personnel, and supplier personnel shall discard printed information generated incidental to the project only after shredding. 17. DISCREPANCY. In case of discrepancies within the contract documents in regards to work requirements, the greater quality and quantity indicated shall control in resolving discrepancies. 18. FINAL ACCEPTANCE INSPECTION. Upon completion of all of the work, the contractor shall coordinate in writing with the Contracting Officer's Representative for a final acceptance inspection. Prior to scheduling the Final Acceptance Inspection, the contractor shall write a Punch list that shows all work the contractor believes must still be performed, including any remaining items from the deficiency list. The Punch list shall also contain the contractor's expected date of completion for each item and a column for actual completion date. The contractor shall add any items found to be deficient during the Final Acceptance Inspection and forward the Final Punch List to all attendees of the Final Inspection. The contractor shall provide a copy of the punch list and a list of all AF 75s issued for this contract as attachments when requesting the Final Acceptance Inspection. 19. REMOVALS. The Government shall have the right of first refusal in regards to all items indicated for removal. The government may chose to retain ownership on an exception basis of any removal item up until the time at which the contractor disturbs the item. Generally, however, the government will surrender ownership of all removal items. Removal items shall become the property of the contractor and removed from Offutt AFB by him/her on a daily basis. 20. GOVERNMENT ACCESS. Government officials will have access to all parts of the project at all times for inspection purposes. 21. COORDINATION. a. OTHER PROJECTS: The contractor shall be fully responsible for coordinating his operations with those of any other construction, renovation, repair, or maintenance projects in the vicinity. Coordination shall include but not be limited to vehicle access, movement of equipment, security, installation and removal of utilities, storage and parking. b. SINGLE POINT OF CONTACT. The contractor shall appoint, assign and designate one primary and one alternate employee who will be on the site at all times while work is in progress to serve as the government's single point of contact for matters of daily concern. The single point of contact shall serve as the contractor's safety officer, environmental compliance officer and EEO officer and shall generally exercise authority over all of the contractor's employees and subcontractors. The contractor shall route all submittals through the single point of contact. An appointment letter for these individual's shall be submitted within 10 days of the Notice to Proceed and be updated prior to any personnel changes. c. NOTIFICATION OF DELAYS. The Contractor shall provide prior notification to the Contracting Officer's Representative in writing, when he plans to stop work for a period of more than four days. The prior notification shall indicate proposed dates of the stoppage. d. COORDINATION OF GOVERNMENT FURNISHED ITEMS. There is no government furnished items on this contract. 22. OCCUPATIONAL, SAFETY AND HEALTH ACT. Contractors shall comply with OSHA 1926, Construction Standards and the portions of OSHA 1910 Standards that are applicable to construction. The U.S. Army Corps of Engineers Manual EM 385-1-1, shall be used in the absence of guidance in OSHA standards. 23. DEFICIENCY LIST. The contractor shall maintain an up to date list of all construction deficiencies found. This list shall include all deficiencies found including items identified by contractor personnel or the Government. The list shall include the date the deficiency was identified and after the work is complete, the date corrected. The item can be removed from the list once the 55 CES Inspector has verified that the deficiency has been corrected. This list shall be provided for discussion during the weekly coordination meeting. FOB: Destination for delivery to Offutt AFB, NE 68113. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Alt I, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-26, Equal Opportunity, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-6, Drug-Free Workplace, FAR 52.225-1, Buy American Act-Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR, FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration, FAR 52.233-3, Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.237-1, Site Visit, FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, FAR 52.246-16, Responsibility for Supplies, The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. A site visit will be conducted on Wednesday the 21st of May, 2008 at 10:00am interested persons must submit names of all attending no later then 19 May 2008 to SSgt Dustin Hoffmann at Dustin.Hoffmann@Offutt.AF.Mil please limit groups to two people. Pick up for the site visit will be at the SAC gate off of Capehart RD at 09:45.. All quotes must be sent to SSgt Dustin Hoffmann at: Fax 402-294-4069; e-mail Dustin.Hoffmann@Offutt.AF.Mil; or mail directly to 55 CONS/LGCA 101 Washington Square BLDG 40 Offutt AFB NE 68113. Quotes are required to be received no later than 04:30 PM CST, Wednesday, 28 May, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4a3909382034d222ec7371884f1345e&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: This is the combined synopsis/solicitation (Combo.doc)
Link: https://www.fbo.gov//utils/view?id=b8d62101daf2ee03b6084c2d903ce396
Bytes: 56.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bennie Davis Maintenance Facility, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN01575491-W 20080518/080516221333-c4a3909382034d222ec7371884f1345e (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.