Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

N -- Furnish and Install Facility Auto Door Operators and Magnetic Locks

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Bureau of Land Management, BLM-TC NATIONAL TRAINING CENTER* 9828 N 31ST AVE PHOENIX AZ 85051
 
ZIP Code
85051
 
Solicitation Number
TCQ080009
 
Response Due
9/2/2008
 
Archive Date
8/20/2009
 
Point of Contact
Santiago Almaraz Contract Specialist 6029065563 Santiago_Almaraz@blm.gov;<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement for the Department of Interior (DOI), Bureau of Land Management (BLM), National Training Center (NTC) located at 9828 N. 31st Avenue, Phoenix, Arizona 85051. The DOI/BLM/National Training Center has a requirement for the purchase and installation (replacement of current older equipment) of Automatic Door Operators and Magnetic Locks for the National Training Center. This notice is hereby issued as RFQ. No. TCQ080009. This constitutes the only Request For Quote (RFQ) that will be issued, a separate RFQ will not be issued. All responsible sources are encouraged to submit a quote. Quotes shall be submitted to Santiago Almaraz, 9828 N. 31st Avenue, Phoenix, Arizona 85051 or emailed to Santiago_Almaraz@blm.gov by close of business, 4:30 PM Local Time, on September 2, 2008. This is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The NAICS code for this acquisition is 238210. The Small Business Administration size standard is $13 million. 1. SCOPE OF WORKAll work will be performed at the National Training Center leased facility located at 9828 N. 31st Avenue, Phoenix, Arizona 85051 between the normal business hours of 8:00 AM and 4:30 PM, Monday through Friday, excluding holidays. This statement of work consists of furnishing all labor, equipment, and material requirements for providing, installing, and acceptance testing of magnetic door locks and automatic door operators as indicated below.Contractor shall: 1.Provide and install ten (10) new magnetic locks on the following pairs of doors leading to the atrium area; Schlage MagForce 320+ Brand Name or Equal electromagnetic locks (2 locks for each entrance) on the following openings: - (1) B1 entrance, (2) A1 entrance, (3) A2 south, (4) B2 south, and (5) C2 entrance. 2.Provide and install two (2) new magnetic locks on the following single doors leading to the atrium area; Securitron M62F Brand Name or Equal electromagnetic lock (1 lock for each entrance) for the following openings: -(1) west gate (2) and the main gate. The existing exit devices are to be re-used, however, the contractor shall install request to exitswitches in the devices. A motion request to exit is to be installed as well. This will all be tied into the existing AMAG access control system. 1.Provide and install thirteen (13) Dorma ED700 Brand Name or Equal auto operators, and two (2) Dorma ED400 Brand Name or Equal auto operators. (a)The two (2) ED400 or equal operators will replace the existing operators at the south gate and the main gate. (b)The thirteen (13) ED700 or equal operators will replace existing operators at the following openings; -(1)Audio Visual entry door, (2) C1, (3) main entrance, (4) B1main entrance, (5) mail room, (6) A1 main entrance, (7) A2 break room entrance, (8) A2 south entrance, (9) B2 main entrance, (10) C2 main entrance,(11) C3 main entrance, (12) B3 main entrance, and (13) A3 main entrance. The existing push plates will be re-used. The operators will be tied in with the access control system and proper operation will be ensured. The Contractor will be responsible for obtaining the city permit. Fire break will be supplied by other. Occupancy: During construction the Government will occupy the facility. The contractor shall not restrict nearby pedestrian or vehicular traffic to this facility and shall coordinate construction with the Contracting Officer to minimize conflicts and to facilitate usage. The contractor shall perform the work so as not to interfere with ongoing operations. Repair or Work: The work shall be carefully laid out in advance. Any damage to buildings, piping, or equipment, shall be repaired by workers skilled in that particular trade, at no additional cost to the Government. Clean Up: The contractor shall assure that the work area is cleaned up at the end of each day. Debris and trash shall be removed and properly disposed of by the contractor. Guarantee: The equipment furnished under this contract shall be guaranteed against defective materials, design, and workmanship for the full warranty time which is standard with the manufacturer and/or supplier, but in no case less than one year from the date of acceptance either for beneficial use or final acceptance (whichever is earlier). Upon receipt of notice, from the Government, of failure of any part of the guaranteed equipment, during the guarantee period, the affected parts shall be replaced promptly with new parts at the expense of, and by, the contractor. 2. SUBMITTALS All quotes submitted shall include an itemized list of proposed components for the project with detailed description and manufacturer to include make and model. 3. QUALITY ASSURANCE The design, equipment and installation shall be in accordance with the requirements of the equipment manufacturer recommendations. 4. FINAL INSPECTION All work will be inspected by the Government to verify that it meets the requirements of this contract. Acceptance will be made upon the Government's satisfactory inspection. 5. CONTRACT CLAUSESThis notice is hereby issued as RFQ No. TCQ080009. This RFQ will be conducted as a commercial item acquisition in accordance with FAR Part 12. The Department of Labor Service Contract Act, Wage Determination No. 2005-2023, Revision 9, dated 5/29/08 is applicable to this requirement. The following provisions and clauses are incorporated and in effect through Federal Acquisition Circular (FAC) 2005-26. The FAR clauses and provisions are incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jun. 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun. 2008). 52.212-4 Contract Terms and Conditions - Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun. 2008) (Sections 5, 15, 16, 17, 18, 19, 21, 24, 28, 31, 36), ( c)(1) and (2) Electrician WG-10. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer's Authority (Feb. 2005), 1352-201-71 Contracting Officer's Technical Representative (COTR) (Feb 2005) there will be a government representative designated at time of award, 1352.215-77 Evaluation Utilizing Simplified Acquisition. Full text of the clauses is available at www.arnet.gov and http://oamweb.osec.doc.gov/docs/doc.local-clauses-pm200-03A2.pdf 7. PRICE PROPOSAL The prices shall be all inclusive of costs: 0001. Furnish and Install Auto Door Operators and Magnetic Locks throughout the NTC Facility as specified in the scope of work above, Quantity, 1 JOB @ $_________. Manufacturer ___________Make ____________Model ____________ NOTE: In addition to prices, offers must provide itemized list of proposed components, warranty, past performance information and planned delivery schedule. DOI/BLM/National Training Center requires that all Contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https:llwww.dnb.comlproduct/eupdatelrequestOptions.html or by phone at 800-333-0505.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06cfd3f831325813fb6e467cc7290ed5&tab=core&_cview=1)
 
Place of Performance
Address: BLM-TC National Training Center<br />
Zip Code: 850512517<br />
 
Record
SN01645546-W 20080822/080820220814-06cfd3f831325813fb6e467cc7290ed5 (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 |
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.