Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#2397

Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE, BALTIMORE, MD, 21207-5279

62 -- RETROFIT AND REPLACEMENT OF LIGHTING FIXTURES SOL SSA-RFQ-99-3951 DUE 083199 POC NOREEN PLEINES, 410-965-9552 WEB: Download Solicitation when/if available, http://www.ssa.gov/oag. E-MAIL: Contracting Officer, SSA/OAG, NOREEN.PLEINES@ssa.gov. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested; however, a written request for quotation will not be issued. The acquisition is subject to FAR Subpart 13.5 regarding the application of simplified acquisition procedures. This is a 100% small business set-aside, issued as Request for Quotation RFQ SSA-99-3951. Quotations submitted from other than small business sources will be rejected. All responsible small business sources may submit a quotation which shall be considered. The SIC code is 1731. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Quotations in response to the RFQ shall be submitted by 3:00 p.m. local prevailing time, August 31, 1999. The Social Security Administration (SSA) is seeking quotations for the retrofit and replacement of existing lighting at its facility located at 1150 East Mountain Dr, Wilkes-Barre, PA, 18702. REQUIREMENT: The contractor shall furnish all labor, materials, parts, supplies as needed to accomplish the project except as otherwise specified herein The existing lighting system utilizes T12 lamps and magnetic ballasts. Upgrade with low-mercury, energy efficient T8 lamps and low wattage electronic ballasts. Replace existing compact fluorescent Exit signs with LED exit signs. There are 2,822 lighting fixtures in the facility, of them 83 are 1 lamp, 908 are 2 lamp, 15 are 2 U-lamp, 1714 are 3-lamp and 102 are 4 lamp. The one and two lamp fixtures have one magnetic ballast apiece, while the tandem-wired three-lamp fixtures are wired such that one ballast powers the two outer lamps of one fixture while another ballast powers the two inner lamps of adjacent fixtures. Two switches control these lights. Four-lamp fixtures are powered by two ballast. Thereare 97 Exit lights.. Disclaimer regarding estimate: The Government estimates a variance of 1% above/below the quantities listed for all Lighting Fixtures shown above except for Exit Lights (which are accurately accounted for). In the event the project results in installation of 1% fewer or greater lighting fixtures than estimated, there shall be no adjustment to the contract price. All uninstalled lamps and ballast shall become the property of the Government. The Government reserves the right to install any lamps and ballast which exceeds the 1% of the estimated quantity. The contractor shall: remove all existing T12 lamps and all existing magnetic ballast; install new low wattage EE electronic ballast (32T8 RS/IS) with 10% or less Harmonic Distortion as follows: 1 and 2-lamp fixtures: If the light fixture is in a suspended ceiling, whenever possible, it should be tandem-wired. Otherwise install one ballast per fixture. No change in the lighting fixture control. 3-lamp fixtures: Install one ballast per fixture connected in a checkerboard pattern lighting fixture control. Exception: No change in the lighting fixture control in the Multipurpose room. 4-lamp fixtures: Install one ballast per fixture. No change in the lighting fixture control. Wirenut any unused wires and leave all unused whips previously used for tandem-wired 3-lamp fixtures intact. Emergency lights must remain on the emergency circuit. All lights must remain on the same circuit because of the Microlite lighting control system. Install new EE T8 lamps (F32T8/TL735, Low mercury). Remove existing compact fluorescent Exit Lights. Install new Red LED Exit Lights. Recycle all used lamps, ballast, exit lights, and cardboard in accordance with PA Dept of Environmental Protection regulations. Clean fixtures: Clean all reflective surfaces and all outside surfaces of fixtures with a biodegradable cleaning solution. Feather dust all parabolic lenses. Wipe out prismatic lenses without streaking. Furniture and Equipment: All furniture shall be covered while work is being performed. After work, furniture will be feather dusted, floors vacuumed and debris removed from site daily. All work to be performed in a quality manner; staging area to be kept clean and orderly. Contractor shall not move any Computer Equipment. If furniture or pallets of material need to be moved, they shall be returned to their original location upon completion of work in the area. All ceiling tiles shall be free of dirt residue. Time and Period of Performance: Generally, work shall be performed between the hours of 4:00 PM to 5:30 AM, Monday through Friday, allowing appropriate time for clean-up and readiness of work areas. However, weekend work with flexible hours may sometimes be possible based on approval by the Government. Portions of the 4th floor may only be accessible between the hours of 3AM to 5:30AM. At certain times during the contract performance, certain other areas of the facility may only be accessed during daytime working hours. Accessible time(s) and date(s) for these areas will be coordinated between the Government and the Contractor. No work on Federal Holidays. Work shall commence by NLT September 30, 1999 and shall be completed by NLT November 30, 1999. Supervision of Work: Work shall be directly supervised by an on site Master Electrician, who may be a working Supervisor. Warranty: Provide all standard Manufacturer's Warranties on lamps, ballast and Exit Signs. Provide one-year warranty on labor from the date the job is complete, including all punch list items. Burned out lamps, ballast and Exit Signs shall be replaced within 10 calendar days of the reported incident or after a report of problems with 8 fixtures, whichever occurs first. General Requirements: The Contractor shall: arrange for all project deliveries and pickups to be made during times when Contractor Personnel are on site; provide the Government with an area work schedule in order that the Government may provide building occupants with advance notice that work will be performed in the area; replace any damaged ceiling tiles; all work shall adhere to the 1999 National Electrical Code and any other Code that precedes other State, Federal, Local codes or regulations; adhere to any Manufacturer's Instructions; and submit all Material Safety Data Sheets to the Building Manager for all chemicals being used at the SSA. The Contractor must have in place and follow a Lock out -Tag out procedure. All Contractor Employees will be required to sign in and out each day. All Contractor Employees must adhere to the facility security regulations. Access will be through the front entrance of the facility. Contractor is responsible for security of its tools. Only minimal waste can be put in the Government dumpster. Hazardous waste manifests must be signed by both parties. Definitions: Ballasts = electric or electronic device used to change the voltage to be used by fluorescent lamps: Checkerboard pattern lighting control = a pattern like that of a checkerboard where black is controlled by the first switch and red is controlled by thesecond switch; EE = energy efficient; Lamp = fluorescent lamp, tube; LED = light emitting diode = a semiconductor diode that converts applied voltage to light and is used in digital displays; Lighting = the entire light fixture providing artificial illumination; Reflective surfaces = any surfaces inside the light fixture that reflects the illumination of the lamp (usually white); Tandem-wired = Separate light fixtures operating from the same ballast; Whip = A wire raceway, wire and connectors used to pass electricity from one point to another/in this case to tandem-wire lights. Government Furnished Property/Space/Services: The government will furnish: open parking; an unsecured area for staging, recycling storage, and storing of supplies, tools and equipment; keys to electric closets; and electrical drawings. TERMS AND CONDITIONS: The provisions of FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1999) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) (tailored as follows) are incorporated by reference. FAR 52.212-4 (a) The Government shall conduct random reviews of the work to ensure that wiring is being done in accordance with the specifications. FAR 52.212- 5 applies as follows: (a) (1) and (2); (b) (1) (5)(7)(11)(12)(13)(14)(15)(16)(23); (c)(1)(2)(4); (d); (e). Wage Determination: Wage Determination No. 94-2453, rev. no. 10, dated 6/1/99 shall apply to the services to be performed. The labor category of "maintenance electrician" # 23160 as defined in the Dept of Labor Directory of Occupations, 4th Edition, applies. Security Requirements: Contractor employees working onsite shall be subject to a suitability determination. Employees shall be required to submit a detailed statement of personal history. Non-U.S. Citizens shall submit a copy of their work authorization permit and social security card. A pre- screening will be performed to determine whether or not contractor employees can be assigned to work on the contract. The Contractor should only select personnel for work at SSA who are likely to meet the Government's suitability requirements in order to reduce the likelihood that employee(s) will be found unsuitable and not allowed to work under this contract, possibly disrupting performance on the contract. The Government shall have full and complete control over granting, denying, withholding access to the facility or requirement the contractor to terminate contract employees for failure to meet suitability requirements. The Government may, as it deems appropriate, permit employees to work on the contract pending a suitability determination. However, this permission shall not be considered assurance that a favorable suitability determination will automatically follow as a result or condition thereof. Also, this permission or favorable suitability determination shall in no way prevent, preclude, or bar the withdrawal or termination of any such permission or suitability determination by the Government if and when deemed necessary. INSTRUCTIONS FOR SUBMITTING QUOTES: Submit 2 copies of the quote. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 1999) are incorporated by reference. Offerors shall follow the instructions set forth therein. Special attention is directed to the following paragraphs: (b) Submit quote on letterhead stationery: (b)(4) Technical description shall include, at a minimum, brand name and model numbers of proposed lamps and ballasts, together with specifications or product literature; (b)(6) Price shall be in terms of a "lot" for the total project; (b)(10). All information required by (b)(10) shall be provided. Offerors shall provide past performance information on no more than 3 recent (within the past 3 years) and relevant projects (similar in size and scope). Paragraph (c): acceptance period shall be 60 days; Paragraph (d) does not apply. Completed Representations and Certifications required by FAR 52.212-3 Offeror Representations and Certification-Commercial Items (June 1999) shall be submitted with the quote (1 original copy of reps and certs shall suffice). Offers which fail to furnish all required information may be rejected without further consideration. EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: technical acceptability (proposed T-8's must meet or exceed the standards of an EE 32 T8 RS/IS with 10% or less Harmonic Distortion. Proposed exit lights must possess LED technology. All specifications or product literature of cited model numbers are required in order to determine acceptability); experience and past performance; and price. The Government may award to other than the lowest priced offeror based on a trade-off among these factors. AWARD: A written order or notice of award mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further actions by either party. SITE VISIT: A site visit will be held at the Wilkes-Barre facility on Tuesday August 10, 1999 at 9:00 a.m. Interested parties should contact the Contract Specialist to reserve space and to obtain directions to the facility. It is expected that the site visit will last approximately 3 hours. Participation is limited to 2 representatives per company. All parties are encouraged to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. ADDITIONAL INFORMATION: Persons interested in this acquisition should contact the Contract Specialist to obtain any of the following: wage determination and labor category definition; a listing of the existing lighting descriptions; and full text language of referenced FAR clauses. Posted 07/26/99 (D-SN358860). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0330 19990728\62-0004.SOL)


62 - Lighting Fixtures and Lamps Index Page