Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

N -- Replace Chilled Water Piping Insulation

Notice Date
5/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1EC8060A004
 
Response Due
5/28/2008 3:00:00 PM
 
Point of Contact
Marcos Morales,, Phone: (808) 448-2975, Daffeney L Dortly,, Phone: 808-448-2972
 
E-Mail Address
marcos.morales@hickam.af.mil, daffeney.dortly@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
********Amendment 1******** The purpose of this amendment is to change the period of performance from 30 days to 12 weeks. The government estimates a phased performance as follows: Phase I: 8 suites (16 rooms) - 4 wks Phase IA: Common Areas (hallways & lounge) - 1 wk Phase II: 6 suites (12 rooms) - 3 wks ***Note: There will be a 1-4 week waiting period between Phase 1 and Phase 2 to allow building occupants to relocate. *** Total Performance Period: 12 week ********End of Amendment 1******** This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC8060A004 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080303, and Air Force Acquisition Circular (AFAC) 2008-0128. This acquisition is a small business set aside under NAICS code 238290 and small business size standard of $13.0M. This RFQ contains one (1) line item. The item, as follows, are on a firm fixed price basis: CLIN 0001: Remove and replace chilled water piping insulation from dorm bldg. 1854 in accordance with SOW as follows: STATEMENT OF WORK • Remove existing chilled water system piping insulation complete within the ceiling of the 3rd Floor of Building 1854. Vertical chilled water piping risers for the fan coil units not included. • Insulate existing chilled water piping, fittings, valves complete within the ceiling of the 3rd Floor of Building 1854 with new 1.5" thick cellular glass insulation. Vertical chilled water piping risers for the fan coil units not included. o Cellular Glass: ASTM C 552, Type II, Class 2 o Supply the cellular glass insulation with manufacturer's recommended factory-applied jacket/vapor barrier. • For pipes passing through walls, insulate existing chilled water piping with new 1" thick phenolic insulation. o Faced Rigid Cellular Phenolic Foam Insulation: ASTM C 1126, Type III. o Phenolic insulations shall comply with ASTM C 795 and with the ASTM C 665 paragraph Corrosiveness. o Supply the insulation with manufacturer's recommended factory-applied jacket/vapor barrier. • Replace existing clevis hangers and shield with new to accommodate new chilled water piping insulation finish dimension. o Install new all thread rod coupling as required to accommodate new chilled water piping insulation finish height. • Firestopping as applicable. • Refer to attached drawings for illustration of the pipe locations, sizes, and lengths. SUBMITTALS • Shop Drawings, Product Data, and Certificates: Submit detail drawings and material project data for Government approval. o Insulating System o Pipes Passing Through Walls REFERENCES: • American Society of Heating, Refrigerating and Air-conditioning Engineers (ASHRAE) • ASTM International (ASTM) • FM Global (FM) • International Building Code (IBC) • MSS SP-69: Pipe Hangers and Supports - Selection and Application. Manufacturers Standardization Society of the Valve and Fittings Industry (MSS) • MICA Insulation Stds: National Commercial & Industrial Insulation Standards. Midwest Insulation Contractors Association (MICA) • National Fire Protection Association (NFPA) • Underwriters Laboratories (UL) • Unified Facilities Guide Specifications (UFGS) • UFGS-07 84 00 Firestopping • UFGS-22 00 00 Plumbing, General Purpose • UFGS-23 07 00 Thermal Insulation for Mechanical Systems A site visit will take place on 21 May 08 10:00a.m. Interested offerors shall meet at the Hickam AFB Visitor's Center located at the front gate no later than 9:45 am Hawaii Standard Time (HST) Offerors may propose an alternate quotation if offering more than one solution. Work shall be completed no later than 12 weeks after contract award. Place of performance shall be Bldg 1854, Hickam AFB, HI 96853 Any questions in regards to this solicitation must be submitted no later than27 May 08 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 3:00 pm, Hawaii Standard Time (HST), 28 May 08. Electronic quotes are acceptable. Submission may be made via email to marcos.morales@hickam.af.mil and daffeney.dortly@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Marcos Morales, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (c) Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF). Offerors must be registered in the CCR (http://www.ccr.gov) database to receive a contract award. If the offeror does not become registered in the CCR database as well as WAWF (https://wawf.eb.mil) database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW FAR 52.212-3 (Alt II) -- Offeror Representations and Certifications -- Commercial Items (Nov 2007). An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (b) through (k) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) 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) 52.222-41, Service Contract Act of 1965 (Nov 2007), WD No. 05-2153 (Rev.-7) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits HVAC WG-10, $30.73/hr (End of Clause) IAW DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 (Alt III), Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). IAW DFARS 252-232-7010 -- Levies on Contract Payments (Dec 2006). (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2c26e63219ec3fa4dd529b92385ad86&tab=core&_cview=1)
 
Place of Performance
Address: BLDG 1854, 3rd Floor, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01578814-W 20080524/080522215553-a2c26e63219ec3fa4dd529b92385ad86 (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.