Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOLICITATION NOTICE

Z -- CONDUIT & CABLE REPLACEMENT

Notice Date
11/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-06-R-0001
 
Response Due
12/7/2005
 
Archive Date
12/22/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
General Information Document Type: Combined Solicitation Solicitation Number: FA4661-06-R-0001 Posted Date: 23 NOV 2005 Original Response Date: 23 NOV 2005 Current Response Date: Original Archive Date: Current Archive Date: Classification Code: Set Aside: HUBZone Set-aside Naics Code: 238210- Electrical Contractors Description This is a combined synopsis/solicitation notice for construction prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Site visit will be held at 10:00 a.m. on Wednesday, November 30, 2005, building 5222, main entrance. Personnel at the site visit will be provided with a complete copy of the solicitation to include all clauses, the statement of work (SOW) dated 22 November 2005, and wage determination. (i) This is a Construction Solicitation using Simplified Acquisition Procedures found in FAR Part 13, purchase request no. F1R31A5313A100. Written documentation will not be issued for this quote. (ii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-06. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iii) This acquisition will be 100% HUBZone set-aside. The NAICS code is 238210 and size standard $12,000,000. Only faxed or e-mailed quotations will be accepted. The following provisions and clauses apply by reference to this acquisition: 52.228-5, 52.211-10, 52.211-13, 52.222-42, 52.223-3, 52.225-9, 52.232-18, 52.232-19, 52.252-2, 52.202.1, 52.203-5, 52.209-6, 52.211-13, 52.215-8, 52.219-4, 52.222-3, 52.222-4, 52.222-6, 52.222-7, 52.222-8, 52.222-9, 52.222-10, 52.222-11, 52.222-12, , 52.222-13, 52.222-14, 52.222-15, 52.222-21, 52.222-26, 52.222-27, 52.222-35, 52.222-36, 52.222-37, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-13, 52.232-5, 52.232-17, 52.232-23, 52.232-27, 52.232-33, 52.233-3, 52.233-4, 52.236-2, 52.236-3, 52.236-5, 52.236-6, 52.236-7, 52.236-8, 52.236-9, 52.236-10, 52.236-11, 52.236-12, 52.236-13, 52.236-14, 52.236-17, 52.236-26, 52.242-13, 52.242-14, 52.243-1, 52.243-4, 52.246-1, 52.246-12, 52.246-21, 52.249-2 Alt I, 52.249-10, 252.201-7000, 252.203-7001, 252.204-7003, 252.219-7011, 252.223-7006, 252.225-7001, 252.247-7023, 252.225-7002, 252.232-7003, 252.236-7005, 252.242-7000, 252.243-7001, 5352.242-9000, 5352.223-9000All contractors must be registered with the Central Contractors Registration and Wide Area Work Flow to be eligible for award. Award will be made to the quotation, which offers the best value to the government based on an integrated assessment of price and delivery time. All offers are due by 16:00 PM CST, 7 December 2005. *Complete Representations and Certifications are required with submission of pricing. Quotations may be submitted via e-mail to mary.haddock@dyess.af.mil. NOTE: For payment purposes offerors must be registered with Wide Area Work Flow and in the Central Contract Registry prior to receiving any award. Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register with CCR or call 1-888-227-2423. For information on how to register with WAWF please see web site http://www.wawf.eb.mil/ or call 1-800-392-1798.(iv) The contractor shall supply all work and materials in accordance with the statement of work. Electrical Work Bldg 5222 & 5224 DYESS AFB, TX STATEMENT OF WORK (SOW) 22 November, 2005 Index 1. Scope of Work 2. Location of Work 3. Field Measurements 4. Availability of Utilities 5. Scheduling of Work 6. Description of Work 7. Inspection 8. Work Schedule 9. Responsibilities of Contractor 10. Disposal of Materials 1. SCOPE OF WORK: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items to remove and replace conduit and wire from the generator disconnect in facility 5222 to the automatic transfer panel in facility 5224. 2. LOCATION OF WORK: Bldg 5222 3. FIELD MEASUREMENTS: The contractor shall verify all measurements at the site and will be responsible for dimensions. 4. AVAILABILITY OF UTILITIES: All reasonable quantities of water and electricity will be made available to the contractor without charge. The contractor shall be responsible for all connections/taps necessary to hook up to utilities and removing same upon termination of work. The contracting officer shall approve the method of hooking up to utilities before work begins. 5. SCHEDULING OF WORK: The contractor shall submit for prior approval a proposed schedule for all work to be done under this project. Any change must have prior approval from the contracting officer at least 3 days prior to commencement of work. 6. DESCRIPTION OF WORK: The work to be accomplished under this contract shall consist of the following work: 6.1. Remove existing conduit and cable from the generator disconnect in facility 5222 underground to facility 5224. 6.2. Replace with rigid conduit and 50 MCM cable from facility 5222 to facility 5224. Conduit run will be 150? and cable will be three 200? runs for each of three phases. 6.3. Make all necessary connections to the generator disconnect, through the pump house switchgear, to the automatic transfer panel. All electrical work must be in accordance with the 2004 National Electric Code. 6.4. Backfill and cover trench where conduit has been removed from ground. Asphalt much be replaced where removed for job. 7. INSPECTION: Before submitting a proposal on work contemplated, each bidder should examine the site of proposed work and thoroughly familiarize themselves with all existing conditions and limitations affecting the performance of work. No extra compensation will be allowed because of misunderstanding as to the amount of work involved or the bidder?s lack of knowledge of any existing conditions which could have been discovered or reasonably anticipated prior to bidding. 8. WORK SCHEDULE: Normal working hours for the contractor will be between the hours of 7:00 a.m. to 4:00 p.m. excluding Saturdays, Sunday s and federal holidays. If the contractor desires to work during periods other than above, additional government inspection forces may be required. The contractor must make his/her request to the contracting officer 3 days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the contracting officer may authorize the contractor to perform work during periods other than normal duty hours/days. However, if inspectors are required to perform in excess of their normal duty hours/days solely for the benefit of the contractor, the actual cost of inspection at overtime rates will be charged to the contractor. These adjustments to the contract price may be made periodically as directed by the contracting officer. 9. RESPONSIBILITY OF THE CONTRACTOR: The contractor assumes full responsibility for any and all government property damaged in whole or part from the negligent acts or omissions by the contractor, subcontractor, or an employee, agent or representative of the contractor. The contractor also agrees to reimburse the government for any and all damage of whatever kind to any and all government property associated with the performance of this service. 10. DISPOSAL OF MATERIALS: The contractor shall dispose of all debris generated by this contract at an off-base location in accordance with state, local and federal ordinances. All deleterious materials shall be disposed of off-base in such a manner that meets federal, state and local environmental regulations. (xi) Offers may be faxed to 7 CONS/LGCA at (325) 696-8676 or e-mailed to mary.haddock@dyess.af.mil. (xii) For further information regarding this solicitation, contact Mary Haddock, Contract Specialist at phone (325) 696-3152. Collect calls will not be accepted.
 
Place of Performance
Address: DYESS AFB, TX
Zip Code: 79607
Country: USA
 
Record
SN00936971-W 20051125/051123211831 (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.