Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

59 -- Aerial Fire Depot Dormitory Doors / Security System Upgrade - Schedule of Items

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-10-0067
 
Archive Date
8/28/2010
 
Point of Contact
Chia K Moua, Phone: (406) 329-4940, Tina D Mainey, Phone: 406-329-3845
 
E-Mail Address
cmoua@fs.fed.us, tmainey@fs.fed.us
(cmoua@fs.fed.us, tmainey@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule of Items This is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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 number AG-03R6-S-10-0067 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The clauses and provisions referenced in this solicitation can be found in full text format at https://www.acquisition.gov/far/. This is a total small business set-aside and the small business size standard is 100 employees. The North American Industry Classification Code is 423610. SUMMARY OF WORK 1.1 LOCATION A. This work is located at the Aerial Fire Depot in Missoula, MT. To get here you must exit I-90 at Airway Blvd. Go south on Airway Blvd until you come to Broadway Rd. Turn west on Broadway; go west of the Missoula International Airport a 1/4 of a mile. Follow the signs marked Smokejumper Center. Turn left in to the complex marked Smokejumper center. Welcome to the Aerial Fire Depot. 1.2 DESCRIPTION OF WORK : A. Complete stand alone security system with magnetic keycards (Kit). B. Provide installation of door locks = 20 Doors. C. Provide training, stand alone keycard computer system. D. Warranty with entire system upgrade and installation (Minimum 1 Year). FAR 52.246-18 WARRANTY OF SUPPLIES OF A COMPLEX NATURE (MAY 2001) (a) Definitions. As used in this clause- "Acceptance" means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services rendered, as partial or complete performance of the contract. "Supplies" means the end items furnished by the Contractor and related services required under this contract. The word does not include "data." (b) Contractor's obligations. (1) The Contractor warrants that for 1 year all supplies furnished under this contract will be free from defects in design, material, and workmanship and will conform with all requirements of this contract; provided, however, that with respect to Government-furnished property, the Contractor's warranty shall extend only to its proper installation, unless the Contractor performs some modification or other work on the property, in which case the Contractor's warranty shall extend to the modification or other work. (2) Any supplies or parts thereof corrected or furnished in replacement shall be subject to the conditions of this clause to the same extent as supplies initially delivered. This warranty shall be equal in duration to that set forth in paragraph (b)(1) of this clause and shall run from the date of delivery of the corrected or replaced supplies. (3) The Contractor shall not be obligated to correct or replace supplies if the facilities, tooling, drawings, or other equipment or supplies necessary to accomplish the correction or replacement have been made unavailable to the Contractor by action of the Government. In the event that correction or replacement has been directed, the Contractor shall promptly notify the Contracting Officer, in writing, of the nonavailability. (4) The Contractor shall also prepare and furnish to the Government data and reports applicable to any correction required (including revision and updating of all affected data called for under this contract) at no increase in the contract price. (5) When supplies are returned to the Contractor, the Contractor shall bear the transportation costs from the place of delivery specified in the contract (irrespective of the f.o.b. point or the point of acceptance) to the Contractor's plant and return. (6) All implied warranties of merchantability and "fitness for a particular purpose" are excluded from any obligation contained in this contract. (c) Remedies available to the Government. (1) In the event of a breach of the Contractor's warranty in paragraph (b)(1) of this clause, the Government may, at no increase in contract price- (i) Require the Contractor, at the place of delivery specified in the contract (irrespective of the f.o.b. point or the point of acceptance) or at the Contractor's plant, to repair or replace, at the Contractor's election, defective or nonconforming supplies; or (ii) Require the Contractor to furnish at the Contractor's plant the materials or parts and installation instructions required to successfully accomplish the correction. (2) If the Contracting Officer does not require correction or replacement of defective or nonconforming supplies or the Contractor is not obligated to correct or replace under paragraph (b)(3) of this clause, the Government shall be entitled to an equitable reduction in the contract price. (3) The Contracting Officer shall notify the Contractor in writing of any breach of the warranty in paragraph (b) of this clause within 45 calendar days after discovery of the defect. The Contractor shall submit to the Contracting Officer a written recommendation within 14 calendar days as to the corrective action required to remedy the breach. After the notice of breach, but not later than 7 calendar days after receipt of the Contractor's recommendation for corrective action, the Contracting Officer may, in writing, direct correction or replacement as in paragraph (c)(1) of this clause, and the Contractor shall, notwithstanding any disagreement regarding the existence of a breach of warranty, comply with this direction. If it is later determined that the Contractor did not breach the warranty in paragraph (b)(1) of this clause, the contract price will be equitably adjusted. (4) If supplies are corrected or replaced, the period for notification of a breach of the Contractor's warranty in paragraph (c)(3) of this clause shall be 45 calendar days from the furnishing or return by the Contractor to the Government of the corrected or replaced supplies or parts thereof, or, if correction or replacement is effected by the Contractor at a Government or other activity, for 1 year thereafter. (5) The rights and remedies of the Government provided in this clause are in addition to and do not limit any rights afforded to the Government by any other clause of the contract. E. Complete system pack (prefer System 2800 RFID) - 1 F. Software, 2800 License - 1 G. Keycard RFID white Mifare UL PVC for custom only - 250 H. Provide Training, Standalone Front Desk System and Initial Setup - 1 I. Installation for locks on doors, replace existing on all dormitory doors. - 20 J. New door locks to have "Mechanical Key Option" built in new door lock system - 20 1.3 CLEANLINESS AND WORKMEN LIKE MANNER A. FAR 52.236-12 CLEANING UP (APRIL 1984) The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. B. All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. 1.4 COORDINATION AND SCHEDULING A. The affected area of each building is occupied. A schedule of work coordinated with other trade specialties shall be established and approved by the Contracting Officer and facilities Base manager. Contractor shall very closely coordinate with the Contracting Officer and facilities Base Manager. Once Contractor has begun project at work site contractor must complete all aspects of awarded contract within a set number of hours to be determined at a later date. 1.5 SUBMITTALS A. Samples or Manufacturer's Literature: Submit two copies of literature or one physical sample to the CO for approval on the items required herein. Literature shall be marked or otherwise designated to indicate the exact model, size, etc., the Contractor proposes to use. Information shall be adequate to determine compliance with the specifications without additional research by the CO. One copy of approved submittals will be returned to Contractor. B. It shall be the Contractor's responsibility to submit all items for approval to the Contract CO. All items shall be submitted with such promptness as to cause no delay in the work. The Contractor shall allow 5 days for processing of submittals by the government. The Contractor shall not begin work on any item included in the submittals until receiving final approval from the Contract CO. 1.6 UTILITIES A. Electricity is available at the site at no cost to the Contractor. B. Water is available at the site. C. Sanitary facilities are available at the site. Contractor shall be responsible for keeping them in a clean, sanitary condition. 1.7 SITE VISIT A. There will be no formal site visit. However, it is highly recommended for contractors to visit installation site at the Aerial Fire Depot prior to submitting a quote. This may be arranged by scheduling an appointment with Frank Castillo, Facilities Base Manager, at 406-829-6929 or cell phone at 406-370-5891. No site visits will be scheduled later than August 10, 2010. The awarded contract will be a firm fixed price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located Bldg 24 - Ft. Missoula, Missoula, MT 59804. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers submitted must include past performance information, experience, and price. Provide references for similar work during the past three years. Specifically include experience with janitorial services. Contract award will be made to the offeror offering the best value considering past performance, experience and price. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. The FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested items (please submit quote on attached schedule of items), remittance address, Tax I.D. number and DUNS number. Quotes must be received by August 13, 2010 at 4:00 P.M. Mountain Standard Time at the Lolo National Forest. Supervisor's Office, Attn: Contracting, Building 24, Fort Missoula, Missoula, MT 59804. Quotes may also be emailed to cmoua@fs.fed.us. For more information regarding this solicitation, please contact Chia Moua, (406) 329-4940 or (406) 329-4955.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-10-0067/listing.html)
 
Place of Performance
Address: Aerial Fire Depot, 5765 West Broadway, Missoula, Montana, 59808, United States
Zip Code: 59808
 
Record
SN02223321-W 20100801/100730234534-93fb037fd634090d3751181d1c332384 (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.