Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2005 FBO #1370
SOLICITATION NOTICE

42 -- Installation of Fire Sprinkler System

Notice Date
8/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-F1B3R25222A200
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
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 number F1B3R25222A200 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05 effective 27 July 2005. The general scope of this project is to install a new fire suppression sprinkler system under the flight simulator to protect the simulator hydraulic system in Room 151 and Room 152 of Building 172 at Altus AFB, OK. Please refer to the Statement of Work for a complete description of all services required for this acquisition. A SITE VISIT IS SCHEDULED AT ALTUS AFB ON 2 SEPTEMBER 2005 AT 1:00 PM CST. PLEASE RSVP NO LATER THAN 1 SEPTEMBER 2005, 4:30 PM CST VIA E-MAIL TO: AARON.JACKSON@ALTUS.AF.MIL or CHARLES.PETERSON@ALTUS.AF.MIL. PLEASE PROVIDE THE FIRST NAME, LAST NAME, AND COMPANY AFFILIATION OF ANYONE PLANNING TO ATTEND THIS SITE VISIT. AN ESCORT WILL BE WAITING AT THE SOUTH GATE (HWY 62, EAST OF ALTUS) ON THE DAY OF THE SITE VISIT AND WILL DEPART PROMPTLY AT 1:00 PM CST. LATE ARRIVALS WILL NOT BE ALLOWED ACCESS TO THE BASE. This is a competitive best value acquisition utilizing simplified acquisition procedures IAW FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. Basis of award shall be the lowest price technically acceptable. All offerors shall also include within their submittal basic information regarding at least three previsouly-performed projects of equal size and scope. All quotes shall be submitted in accordance with FAR Clause 52.212-1, Instructions to Offerors -Commercial Items (JAN 2005) standards. This clause is hereby amended to read the following: Submit signed and dated offer to Lt Aaron Jackson or Mr. Charles A. Peterson at or before 1630 (4:30 P.M.) CST, 12 September 2005. Submittals may be sent to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132; via fax to: (580) 481-5138; or submitted by e-mail to: aaron.jackson@altus.af.mil. NO EXTENSIONS WILL BE GRANTED. -- FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT; HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY05 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2005. REQUEST ALL QUOTES BE VALID THROUGH SEPTEMBER 30, 2005.-- The following clauses and provisions shall also be included in this solicitation: FAR clause 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005); FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005); and FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), are incorporated by reference and apply to this acquisition. FAR clause 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION) (JAN 2005) shall also apply to this acquisition and is incorporated by reference as are the following FAR clauses/provisions: FAR clause 52.212-3, Offerors Representations and Certifications ? Commercial Items (MAR 2005); FAR clause 52.219-27, Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); FAR clause 52.222-3, Convict Labor (JUNE 2003); FAR clause 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR clause 52.222-26, Equal Opportunity (APR 2002); FAR clause 52.222-36, Affirmative Action for Handicapped Workers (JUN 1999); FAR clause 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351, et seq.) (MAY 1989); FAR clause 52.222-42, Statement of Equivalent Rates for Federal Hires, (29 V.S.C. and 41 V.S.C. 351, et seq.) (MAY 1989); FAR clause 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); FAR clause 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); FAR clause 52.246-1, Contractor Inspection Requirements (APR 1984). The DFARS clauses and provisions that apply to this solicitation are: DFARS clause 252.204-7004, ALT A Required Central Contractor Registration (NOV 2003); DFARS clause 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEPT 2004); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005); DFARS clause 252.225-7017, Prohibition of Award to Companies Owned by the People?s Republic of China; DFARS clause 252.232-7003, Electronic Submission of Payment Request, (JAN 2004); and DFARS clause 252.232-7009, Mandatory Payment by Government-wide Commercial Purchase Card (JUL 2000). In addition, AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Business concerns and is under North American Industry Classification Standards (NAICS) code 238220, with size standard not to exceed $12,000,000.00. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration database as well as the Online Representations and Certifications website. CCR registration can be accomplished online at: http://www.ccr.gov. Additional information concerning CCR registration may be obtained by calling: 1-888-227-2423. The Online Representations and Certifications registration can be accomplished online at: http://orca.bpn.gov. Failure to do this will result in a forfeiture of your submittal. The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fedbizopps.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the SOW, etc). Points of contact include: 1Lt Aaron Jackson, Contract Administrator, 580-481-5652; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. (Attn: 1Lt Aaron Jackson) You may also contact said P.O.C. via phone: (580) 481-5652, fax: (580) 481-5138, or e-mail: aaron.jackson@altus.af.mil. STATEMENT OF WORK INSTALL SPRINKLER SYSTEM ROOMS 151 & 152, BLDG 172 PROJECT AGGN 00-1057 ALTUS AFB, ALTUS, OKLAHOMA A. General Scope: In both Room 151 and Room 152 of Building 172 on Altus AFB, install a new fire suppression sprinkler system under the flight simulator to protect the simulator hydraulic system. B. Scope Details: 1. A 2-inch diameter fire suppression water pipe already exists in a floor trench near the simulator base, in both Room 151 and Room 152. That pipe shall be utilized as a water supply header. 2. Branch pipes shall be extended from the 2-inch supply main to the simulator base in each room. Run the branch pipes directly on the floor. 3. New sprinklers shall be installed both above and below the simulator base. C. Specific Requirements: 1. The new sprinkler systems to be installed in Rooms 151 & 152 shall be similar in configuration and functionally identical to the sprinkler systems already installed under the flight simulators in Rooms 150 & 136 of Building 172. 2. The temperature rating of the new sprinklers shall be the same as the sprinklers currently used in Rooms 150 & 136. 3. The new sprinkler systems shall meet all requirements of NFPA 13, Standard for the Installation of Sprinkler Systems, latest revision, and Air Force standard AFOSH STD 91-118, Training Systems Fire Protection, latest revision. Configuration of the sprinkler array shall in general be in accordance with installation details shown in AFOSH STD 91-118. A copy of AFOSH STD 91-118 will be furnished to the contractor. 4. Installation of the new sprinkler systems shall not interfere with training operations or maintenance of the two flight simulators. Installers may not work directly under a flight simulator when it is being operated, either for training or maintenance. 5. Interruptions to the building fire suppression system operation shall be minimized. Any interruption to the building fire suppression system operation must be coordinated with the Altus AFB Fire Department, the Building Manager of Building 172, and the Construction Inspector at least one week in advance. D. Environmental Requirements: 1. HAZMAT: Contact HAZMAT in Building 228 for directions on submitting a MSDS and an AF3952 reporting form for any material having an MSDS. The AF3952 form must be submitted to HAZMAT and approved before any material having an MSDS is brought on Base. 2. Disposal: Provide plans for disposal to the Environmental Flight in advance for disposal of demolished materials and provide documentation from the company or agency which received the disposed material. E. General Requirements: 1. The contractor shall have a superintendent on site at all times when construction work is being done. The superintendent must have authority over all contractor personnel on-site. The superintendent must furnish a construction site telephone number to the Construction Inspector. 2. The superintendent shall be fluent in English or the contractor must furnish a translator for the Construction Inspector during construction. If any contractor furnished worker on the construction site speaks no English, then the contractor must furnish a translator. The translator may be another construction site worker who is bi-lingual. 3. Contractor shall apply for worker access badges issued by Security Forces Squadron as soon as the contract is awarded. 4. Contractor shall meet all requirements of the Safety and Health Requirements Manual, EM 385-1-1, issued by the US Army Corps of Engineers. 5. Contractor?s personnel shall obey all State of Oklahoma laws, Altus AFB security requirements, and Altus AFB traffic regulations when on base, especially the requirement to wear seat belts when operating a motor vehicle. The definition of motor vehicle will include backhoes, forklifts, and other motorized construction equipment. 6. Contractor shall coordinate with the Construction inspector to ensure that construction activities do not interfere with essential Base operations. 7. All contractor traffic must enter the Base through the South Gate, and exit out the West Gate, unless permission is obtained to enter the West Gate. 8. A red-lined set of shop drawings should be maintained on the jobsite during the duration of construction. The red-lined shop drawing set must be updated within one day of any change. 9. The contractor shall maintain a porta-potty for contactor personnel use. 10. Material for disposal shall be promptly removed from the work site. All demolished material shall be disposed off-base. F. Submittals: 1. All required submittals shall be delivered to the Contracting Officer. 2. AF form 103 (Work Clearance Request) shall be submitted and approved before the work commences. The contractor is responsible for preparing and submitting AF Form 103. 3. A work schedule shall be submitted and approved before work commences. 4. Shop drawings shall be approved before the contractor may proceed with work. 5. Manufacturer?s data sheets for the sprinklers, pipe material, and any required ancillary equipment shall be submitted and approved before material and equipment is ordered. 6. Leak test the new pipe after installation per the provisions of the International Plumbing Code. 7. Test results shall be submitted as soon as received. G. Bid Schedule: Provide the cost of all work as one line item. H. Project Closeout: 1. Convert the Shop Drawings to Record Drawings, in AutoCAD 2005 format. 2. Provide copies of all functional tests to the Construction Inspector. 3. Restore the site and remove all debris. END SOW **A copy of AFOSH STD 91-118 can be obtained at the following website address: http://www.e-publishing.af.mil/pubfiles/af/91/afoshstd91-118/afoshstd91-118.pdf
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523-5132
Country: USA
 
Record
SN00879352-W 20050827/050825212102 (fbodaily.com)
 
Source
FedBizOpps.gov 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.