Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

J -- Replace Glazing on Windows located at the Bureau of Land Management, Alaska Fire Service, Building 1513, Ft. Wainwright, AK

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Alaska Region, BLM-AK ALASKA STATE OFFICE* 222 W. 7TH AVE. #13 ANCHORAGE AK 99513
 
ZIP Code
99513
 
Solicitation Number
LAQ082017
 
Response Due
8/20/2008
 
Archive Date
8/8/2009
 
Point of Contact
Terese Bertini Contract Specialist 9072714542 Terese_Bertini@ak.blm.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial item service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation LAQ082017 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. NAICS code 238150: size standard $13m. This procurement is set aside for small business concerns. This will be a firm fixed price contract for the Bureau of Land Management for service of :Replace Glazing on windows located at the Bureau of Land Management,Alaska Fire Service, Ft. Wainwright, Alaska, at Building 1513 Dining Facility1. This project consists of the removal and replacement of the glazing system for the BLM AFS Building 1513 Dining Area. 2. The Contractor shall furnish all labor, materials, equipment, supplies, transportation, supervision and incidentals for all elements of the work to provide a complete and properly operating installation in accordance with this Statement of Work and specifications. 3. Contractor shall coordinate all work activities with BLM prior to beginning any work. All work shall be scheduled in a manner such that on-going operations are not affected. 4 All work shall be completed within 60 calendar days after award. 5. Any gaskets observed in poor condition shall be brought to the attention of BLM for review prior to reinstalling. All caps shall be inspected and repaired as needed to achieve the correct seal. WORK INCLUDES 1. Removal and replacement of vertical and sloped glazing. There are 19 sloped units, 19 vertical units, and 6 end sections Conduct demolition to minimize interference with adjacent building areas. Existing vertical heat mirror insulated glazing: Outboard lite - Tempered, Bronze, ?" thick. Air Space - ?" thick Heat Mirror layer - HM 77/Bronze Air Space - ?" thick Inboard lite - ?" thick, tempered, clear Overall thickness - 1" Shading coefficient shall be 0.34 Daylight transmittance shall be 73 U-value, winter, shall be 0.31 C. Existing sloped heat mirror insulated glazing as indicated in the original specifications: Outboard lite - Tempered, Clear, ?" thick Air Space - ?" thick Heat Mirror layer - hm 77/Clear Air Space - ?" thick Inboard lite - Laminated Glass, composed of two lites of 5/16" clear heat-strengthened float-glass Overall thickness - 1 - 1/16" thick Shading coefficient shall be 0.34 Daylight transmittance shall be 73 U-value, winter, shall be 0.31 A. All manufactured products shall be manufactured and installed in accordance with the respective manufacturer's published product specifications and installation instructions except as exceeded or otherwise modified herein. B. Qualifications of installers: Provide at least one person who shall be thoroughly trained and experienced in the skills required, who shall be completely familiar with the referenced standards and the requirements of this work, and who shall personally direct all installations performed under this contract.C. All work to be carefully executed as to not damage the plants, furnishings, equipment, or any other existing item. Remove and dispose of any debris from the contractor's operation in and around the building. Use adequate means to protect aluminum glazing caps and panels and accessory items from deformation, defacements or other damage during fabrication, delivery, storage, handling and installation. Store all materials as per manufacturer's written instructions. Scratches, gouges, and defacements will be cause for rejection of the installed system and replacement shall be the full responsibility of the Contractor at no additional cost to the Owner. Provide two copies of the following items: Two 12" x 12" samples of vertical glazing panel. Two 12" x 12" samples of sloped glazing panel. D. Do not demolish or install work during rainy or other adverse weather conditions. E. Do not install materials at temperatures lower than recommended by respective material manufacturer for the product used. F. Contractor shall provide temporary barriers or warning signs for activity in any adjacent traffic patterns. G. Conduct cleaning and disposal operations to comply with codes, ordinances, and regulations. Debris and removed glazing shall be the property of the contractor. The contractor shall be responsible for security of the job site while their work is in progress, and to secure all openings at the end of the day. All "caulking" or "sealant" for glazing system shall be similar to existing installation and purpose. Install sealant at locations indicated on locations recommended by glazing manufacturer, and original installation. Thoroughly clean all working surfaces, correct all imperfections, replace all damaged materials, and leave all labels on the glazing panels until they have been inspected and approved by BLM, but remove all labels immediately thereafter. WARRANTY: Warranty all insulating glass panels for ten years for replacement in the event condensation forms, or dust collects, or any film forms on the interior glass or film surfaces. Replace at no cost to the Government. Pictures and drawings are available upon request.The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors-Commercial items: FAR 52.212-05 Contract Terms and Conditions Required to implement Statutes of Executive orders-Commercial Items: FAR 52.204-06 Data Universal Numbering System (DUNs) number; FAR 52.204-07 Central Contractor Registration: FAR 52.519-06 Notice of Total Small business Set-Aside: 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C.632 (a)(2): 52.222.03 Convict Labor (June 2003) (E.O. 11755): 52.222-19 Child Labor -Cooperation with Authorities and Remedies: 52.222-21 Prohibition of Segregated Facilities: 52.222-21 Prohibition of Segregated Facilities: 52.222-26 Equal Opportunity: FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans: 52.222-36 Affirmative Action for Workers with Disabilities: 52.222-50 Combating Trafficking in Persons (Aug 2007) Applies to all contracts: 52.223-06 Drug Free Workplace: 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C.Appx 1241(b) and 10 U.S.C. 2631. The full text of the provisions and clauses may be accessed electronically at http://www.arnet.gov/far or upon request from the Contracting Officer. Quoted must be submitted in writing on an SF1449 or a company letterhead and must include the RFQ number, the unit price and the extended price, and or any prompt payment discount terms along wit a completed copy of the FAR 52.212-03 Offeror Representations and Certification. Quotes shall be received by August 21,2008 at the Bureau of Land Management, Alaska State Office, 222 W. 7th Ave, #13, Anchorage, Alaska 99513 or by FAX (907) 271-4595. All responsible offerors may submit quotes. Contractors are required to register or update their registration at the Central Contractor Registration website, www.ccr.gov. The registration is required to receive contract award and will facilitate payment. If you need assistance with the IDEASEC website contact the helpdesk at (703) 390-6633. For additional information or to request pictures or drawings contact Terese Bertini, Contracting Officer at (907) 271-4542 or mbertini@ak.blm.gov. This Request for Quote closes 08/20/2008 at 4:00 pm Alaska Time
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4bebb93da839a4fb5daeae105ece7edc&tab=core&_cview=1)
 
Record
SN01634851-W 20080810/080808221204-4bebb93da839a4fb5daeae105ece7edc (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.