Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162

Directorate Of Contracting, Building 1001, 761st Tank Battalion Ave, Fort Hood Tx 76544-5059

V -- DISMANTLE, MOVE AND REASSEMBLE HELICOPTER BLADE X-RAY SYSTEM (OKV MICRO MODEL 200KV) AND PORTABLE X-RAY BUILDING SOL DOLRMD-8205-M001 DUE 090398 POC Sue Everts, Contract Specialist, 254-287-3241; Laura Eichhorn, Contracting Officer, 254-287-2434 E-MAIL: click here to contact the Contract Specialist via, evertss@hood-emh3.army.mil. 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; proposals are being requested and a written solicitation will not be issued. Solicitation DOLRMD-8205-M001 is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. This action is set-aside for 100% Small Business Participation. SEE Note 1. The Standard Industrial Classification (SIC) code for this action is 3844. The small business size standard for this action is 500 employees. The type of order is Firm Fixed Price Order. SERVICES: Dismantle, move and reassemble helicopter blade x-ray system, and portable x-ray building -- 1 Job. STATEMENT OF WORK: 1. Move a blade x-ray inspection system and portable x-ray metal building. 1.1 X-ray system is an OKV Micro Model 200KV, with a 25' x 50' portable metal and lead building. The system and the portable building shall be completely removed from Building 7044, Fort Hood, Texas. The portable metal x-ray building and the OKV Micro Model 200KV x-ray system shall be reassembled and installed at Building 88024, Fort Hood, Texas. Performance will begin on 19 OCT 98. 1.2 INITIAL MOVE: The contractor shall fully test the operation of the OKV Micro Model 200KV x-ray system over its full range of operating capabilities and document all tests prior to removal. The tests shall be conducted with the operation personnel at Fort Hood. The test results, including any systems failure, shall be provided to Government employees in writing prior to dismantle of system. 1.2.1 Contractor shall provide all tools, labor and supervision required to dismantle, tag, pack, crate and make ready for transport from Building 7044 to Building 88024, Fort Hood, TX. Transportation of the crated building and x-ray will be handled by the Government. 1.2.2 Contractor shall cap all utilities at the wall or back to the main service panel. The fire suppression will be coordinated with the Government before being dismantled. 1.3 INSTALLATION: Contractor shall provide all tools, labor and supervision required for unpacking and reassembling at Building 88024, Fort Hood, TX. 1.3.1 The contractor shall install the x-ray system utilizing the existing removed wiring, conduit, and pipe. The contractor shall replace damaged pipe, tube, conduit, and wires. 1.3.2 The Government will provide all utilities within fifteen (15) feet of the system. Fire suppression system installation will be coordinated with the Government fire department. 1.3.3 All equipment that requires permanently mounting shall be secured to the concrete with appropriate anchor bolts provided by the contractor. 1.3.4 Any door plate hardware requiring saw cuts to the concrete will be the responsibility of the contractor. 1.3.5 All safety interlocks shall be fully adjusted, tested, and verified by the contractor. 1.4 INSTALLATION TESTING. 1.4.1 The OKV Micro Model 200KV x-ray system shall be powered and tested by the contractor utilizing the same tests as used during the removal process. 1.4.2 The Government will supply the same test article at both ends. Test results, to include failure of the system or any part of the system, to match the original tests, shall be provided in writing to the Government within 1 week of test completion. 1.5 CONTRACTOR PERSONNEL. 1.5.1 All contractor personnel shall be U.S. citizens or have green cards (Immigration and Naturalization Service Card; Citizenship applied for). The contractor shall submit in writing the names of all contractor personnel who will be working at Fort Hood prior to beginning performance. The contractor shall provide all contractor personnel working at the site a form of visual identification (i.e., ID badge, contractor emblem, etc.,) which shall be displayed at all times while at the work site. The ID badge shall identify each individual as an authorized employee of the contractor. 1.6 WORKING HOURS. 1.6.1 Normal Government work hours, 7:30 a.m. to 4 p.m. Monday through Friday, excluding Federal holidays. Any work hours outside these hours will require the contractor to reimburse the Government for 1 person to stay with the Contractor's crew. (End of SOW) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference. The following additional local provisions are applicable and are incorporated by reference via addendum to 52.212-1: 52-0000-4006 Basis of Award, 52-0000-4264 Alternate Dispute Resolution Notice, 52-0000-4299 CCR Registration. Offerors will include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Any clauses/provisions, except 52.212-3, requiring contractor responses must be completed by the apparent low offeror prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The following additional DFARS and local provisions and clauses are applicable and are incorporated by reference via addendum to 52.212-4: 252-242-7000, 52-0000-4147 Contracting Officers Authority, 52-0000-4281 Acceptance of Government Commercial Credit Card, 52-0000-4312 Year 2000 Warranty (Services), 52-0006-4011 Government Tax Exempt, 52-0006-4044 Maximum Time Required to effect completion of services is ____________ Days. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial Items, applies to this acquisition with the following additional clauses checked in Paragraph (b) 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37; in Paragraph (c) 52.222-41, 52.222-42 (Equivalent Rate for Federal Hires -- Computer Programmer -- $12.95 -- Fringe Benefits 20%; Electrician Maintenance -- $14.72 -- Fringe Benefits 20%; Forklift Operator -- $10.65 -- Fringe Benefits 20%; Heating, Refrigeration and Air Conditioning Mechanic -- $14.72 -- Fringe Benefits 20%; Laborer -- $8.20 -- Fringe Benefits 20%; Pipefitter, Maintenance -- $14.72 -- Fringe Benefits 20%), 52.222-43, 52.222-44. The clause at 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following additional clauses checked in Paragraph (b) 252.205-7000, 252.219-7003, 252.225-7001, 252.247-7024. This acquisition is subject to Service Contract Act Wage Determination No. 94-2523, Revision 7. Clauses and provisions incorporated by reference and Wage Determination are available in full text by contacting the Contract Specialist in the Directorate of Contracting. Offers must be submitted to the Directorate of Contracting, Building 1001, Fort Hood, TX 76544-5025 by 3:30 P.M. 3 September 1998. Facsimile bids will be accepted andmay be sent to (254) 287-5506 or 287-5354. E-mail bids will be accepted at evertss@hood-emh3.army.mil. Posted 08/17/98 (W-SN237924). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0125 19980819\V-0005.SOL)


V - Transportation, Travel and Relocation Services Index Page