Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

N -- Relocate equipment

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-10-Q-5619
 
Archive Date
9/7/2010
 
Point of Contact
Linda A. Baustian, Phone: 9162311658, Colten J, Murray, Phone: 9162311517
 
E-Mail Address
baustian@dmea.osd.mil, murray@dmea.osd.mil
(baustian@dmea.osd.mil, murray@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation. The desired delivery for this room modification is 60 days after receipt of order. The NAICS Code is 238390 with a size standard of $14M. The requirement is 100% setaside for small business. The Service Contract Act applies to this acquisition. The request for quote (RFQ) reference number is H94003-10-Q-5619. The place of performance is Defense Microelectronics Activity (DMEA), 4234 54th St, McClellan, CA 95652. The purpose of this project is to move and reconnects equipment from Room 139A to Room 122; connect equipment in Room 120A; modify an existing Class 10,000 Clean Room Laboratory to include new doors, T-8 lighting with yellow filters, duct work and other minor modifications. The contractor shall connect new and relocated equipment to electrical and exhaust systems. Install replacement T-8 lighting with yellow filters and bulbs in Room 120 and Room 120; install a new 3' personnel door and cleanroom honeycomb aluminum track system in the Room 120; Relocate two (2) HEPA units into Room 120A. Disconnect and relocate the three Tenney and one Light Room (LR) Engineering environmental chambers (ovens) to Room 122 along with necessary electrical breakers, conduit, wiring, disconnects, transformers and connections. The Room 139A electrical disconnects and breakers can be reused in the Room 122 installation if desired. Provide the new UPS circuits to Room 120A and connect the new Lumaray equipment. Remove the old sink, hood and vent in Room 120. Move the fan start/stop button from the north wall of room 120 to the south wall of Room 122. Replace all damaged, missing or holed ceiling tiles using 2'x4' x 5/8" USG Clean Room 100 ClimaPlus ceiling panels. In accordance with Manufacturer's recommendation seal any cut edges of the ceiling tiles to prevent dusting. Relocate the existing Clean Dry Air (CDA) ½" copper line, valve- gauge and the ¾" schedule 80 PVC vacuum line and reroute under the raised floor. Bring these services up through the floor near their existing locations and connect to the new Lumaray tool. Install "NO EXIT Doors Permanently Blocked" signage to Room 120. Paint the window frames, exterior doors, frames to match existing hallway. Paint Room 124 to match the existing walls. Paint Room 120A gloss white to match the new bright white finished cleanroom honeycomb aluminum track system wall. Rooms 124 and 120 are class 10,000 "clean room" laboratories and dust from the construction activities can not be allowed to enter the lab space or HVAC The contractor shall remove and dispose of any debris and material that result from this project. The contractor shall not use the DMEA dumpster. Work Restrictions: As a DoD facility, all contractor personnel on-site must be US citizens. As a Federal Facility, Sacramento County permits and inspections are not required. However, all work shall be accomplished in compliance with the State of California's latest building code for all work, including National Electrical Code and National Fire Protection Association (NFPA). All trades contractors used on the project shall have the applicable California State Contractors License Board license covering all work they are performing. The contractor shall ensure that DMEA operations are not impacted. DMEA has an extensive gas alarm system and fire alarm system that is susceptible to activation from contractor activities (solvent use, grinding, welding, soldering, refrigerant work, etc.). The contractor shall submit a work permit for any work that involves Hot Work, solvents/chemicals/ gases, odorous materials, and electrical work. DMEA facility is access controlled and all personnel are required to have a background check 3 weeks prior to start of work. Contractor personnel whose background checks do not come back clear may not be allowed to enter the facility based on DMEA Security Team's discretion. All work shall be done during DMEA's normal business hours are Monday - Friday, 0600-1600 hours except Federal holidays. Proposal submission shall include: Identification of Project Team; California State Contractors License Board license number for all trades (electrical, drywall, etc.) to work on the project; Provide a schedule for completion of the project which includes major milestones. Provide a cost breakdown identifying major material and component costs (e.g. doors, lights, etc.) and labor hours by trade category (electrician, HVAC mechanic, etc.) to be used on the project. Provide the prime contractor's qualifications through identification of directly related experience and certifications. The winning proposal will be selected based on the lowest cost technically acceptable proposal. Site visit is scheduled for 12 August 2010, 9am (local time). If interested in attending the site visit, send Linda Baustian an email at baustian@dmea.osd.mil identifying any personnel planning on attending by name, citizenship status, phone number and title. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The following FAR clauses apply: 52.212-1,52.212-2, Evaluation - Commercial Items; 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. DFARS clauses 252.201-7000 Contracting Officer's Representative, 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. DPAS Rating is S10. For a complete copy of the requirement including layout/sketch, statement of work, applicable wage determination and background application forms, contact baustian@dmea.osd.mil. Offers shall be submitted to baustian@dmea.osd.mil by 4:00pm (Pacific time) 23 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-10-Q-5619/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652-2100, United States
Zip Code: 95652-2100
 
Record
SN02227226-W 20100805/100803235713-a10e1e911ad6f326fafc4f5a929069f4 (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.