SOLICITATION NOTICE
Z -- Repair of Traffic Light
- Notice Date
- 11/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3A3Q56307A100
- Response Due
- 11/20/2006
- Archive Date
- 12/5/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F3A3Q56307A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13 (28 Sep 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20061109. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the following: STATEMENT OF WORK FOR REPAIR OF TRAFFIC LIGHT CONTROLLER AT MCGUIRE AIR FORCE BASE, NEW JERSEY DESCRIPTION OF SERVICE: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to install one traffic light controller located at the intersection of Texas Ave and Broidy Rd. McGuire Air Force Base, New Jersey.. The contractor shall provide weather proof enclosure with all associated electronic controls to regulate a six way traffic intersection. The controller must meet or exceed all the current controller standards described in NEMA publication TS-1 1983. The controller shall have two-to-eight phases (with the capability of pedestrian service on all phases), four overlap, dual- ring controller. The controller should have the capability to serve as a stand-alone controller operating in actuated or non-actuated mode, or as part of a hard-wire street master system. Standard features include but not limited to: up to eight overlap, internal five-section logic, eight totally independent detectors plans with each detector capable of defining all 16 detector inputs, five preemption, plans, internal time base coordinator, internal programmable dimmer, and a real-time quartz controlled clock/calendar. The controller will have a three-part keypad used to set, edit and/or observe all controller timing and features. The controller will have a 32-character alphanumeric liquid crystal display (LCD) readout which displays the menus, prompts and user?s response. The display will guided through the process by English language menus which prompt for the features. The controller will have a 3 inch x 3 inch LCD that displays the intersection geometry and status. The contractor shall perform a Test Certification for diagnostic self-test, burn-in 95VAC/135VAC, 72 hour, diagnostic test, traffic firmware, keypad, display, clock, EEPROM, battery, communication, printer test, NEMA test, clock, baud rate settings, serialization, check battery/baud rate setting, cover. The contractor shall coordinate with the Fort Dix?s Security Forces to control traffic while working on the controller installation / set-ip. The contractor shall coordinate the time that work will be accomplished with the point of contact listed below. The contractor shall be responsible for the daily clean up at the work site and complete restoration of the area after completion of the work. All work shall be accomplished in accordance with all Federal, state, and local laws and regulations, applicable building codes and standards, NEC, NFPA, NEMA and OCCUPATIONAL SAFETY AND HEALTH ADMINSTRATION (OSHA) codes. A site visit is required. SPECIAL REQUIREMENTS: The work site shall remain clean and clutter free since this area is an active traffic intersection. POINTS OF CONTACT: The Contractor Manager or an alternate shall be available within sixty (60) minutes notice during normal duty hours, 7:30 am to 4:15pm to meet with Government personnel to discuss any problems encountered at the work site. Contractor shall supply Government Quality Assurance Personnel (QAP) with phone number for contracting purposes. BASE ENTRY: The contractor shall obtain the necessary passes and / or identification for entry into McGuire Air Force Base and Fort Dix?s for all employees prior to commencement of work. The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government. The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base. SECURITY FORCE AND FIRE PROTECTION: The Base Security Police telephone number is 609-754-2001 and the Base Fire Department telephone number is 911 for reporting a fire. General information telephone number is 609-754-3326. PERFORMANCE PERIOD: All work shall be completed within a forty-five (45) calendar day period, excluding holidays. INSPECTION / ACCEPTANCE OF PROJECT COMPLETION: A final inspection will be scheduled upon completion of all work. Contact the Quality Assurance Evaluator two (2) day prior to completion for site visit. All manuals or User Guide information shall be turned over to the Government. Award will be made based on best value for the Government. The acquisition is solicited as a Small Business Set-Aside. The North American Industrial Classification System Code is 238210 with a small business size standard of $13 millon. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; 52.236-27, Site Visit (Feb 1995) An organized site visit has been scheduled for -- 16 November 2006/ 10:00 A.M._______________ Participants will meet at -- Building 2402 Contracting Office______________ FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2005),52.212-2, Evaluation ?Commercial Items and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Submit signed and dated quotes on company letterhead. The contractor must be registered in the Central Contractor Registration database and Wide Area Workflow. Offerors must be registered in the Online Representations and Certifications system at http://orca.bpn.gov) and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Apr 2003) with the quote. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated into this RFQ and is amended to add the following clauses: FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) and FAR 52.204-7 Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); 52.247-64, Preference for Privately Owned U.S. (Apr 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); and 252.225-7012, Preference for Certain Domestic Commodities (Jun 2004);. The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A (Apr 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations and 5352.201-9101 Ombudsman (Aug 2005) applies. A due date for offers will be 12:00PM, eastern standard time, 20 November 2006. Submit the following items with the quotations: 1) Pricing Schedule, 2) Estimated Delivery Date 3) Completed Representations and Certificationss as required in FAR 52.212-3. Offers may be mailed to 305th Contracting Squadron, 2402 Vandenberg Ave, McGuire AFB NJ 08641 or faxed to 609-754-4642, ATTN: SSgt Walton, or emailed to chad.walton@mcguire.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to SSgt Walton(fax and email information above).
- Place of Performance
- Address: 2402 Vandenberg Ave, McGuire AFB, NJ
- Zip Code: 08641
- Country: UNITED STATES
- Zip Code: 08641
- Record
- SN01180727-W 20061116/061114220621 (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 |