Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2009 FBO #2637
SOLICITATION NOTICE

56 -- Purchase and installation of Conduit

Notice Date
2/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
CMTDC0900045
 
Response Due
2/17/2009 8:00:00 AM
 
Archive Date
3/4/2009
 
Point of Contact
Tara D Whitaker, Phone: 618-229-9485
 
E-Mail Address
Tara.Whitaker@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Referance #: CMTDC0900045 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue 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; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase and installation of conduit. Delivery and installation is at DISA CONUS at Scott AFB, IL. 62225. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the stated OEM. Only one award will be made for this requirement. You must provide pricing for all items in the request or your quote will not be accepted. There is ONE site survey set-up for 12 Feb 09 at 1:00pm CST. You must e-mail Tara.Whitaker@disa.mil NLT 11 Feb 09 at 5pm CST to provide your interest in participating in the site survey. All quotes are due NLT 17 Feb 2009, 8am CST. Questions will be accepted until 13 Feb 2009, 10am CST. Please contact Tara.Whitaker@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ ITEM # DESCRIPTION QTY UNIT 1 4" conduit 10ft length with three maxcell inserts 21 ea 2 4" Compression fitting pipe to pipe 20 ea 3 3" conduit 10ft length with three maxcell inserts 22 ea 4 3" Compression fitting-pipe to pipe 20 ea 5 2" conduit 10ft length with three maxcell inserts 6 ea 6 2" Compression fitting pipe to pipe 6 ea 7 16 X 16 -junction box with cover 5 ea 8 superstrut 24 ea 9 conduit clamps for superstrut 10 pk 10 3" Compression fitting-pipe to box 8 ea 11 2" Compression fitting pipe to box 2 ea 12 4" Compression fitting pipe to box 4 ea 13 1" conduit 10ft length 20 ea 14 1" Compression fitting pipe to pipe 15 ea 15 FDC32 type boxes 10 ea Labor/Installation PRICING FOR ALL LINE ITEMS IS REQUIRED. STATEMENT OF WORK (SOW) Conduit 1. Point of Contact (POCs). 2. Task Order Title. Installations of conduit at DISA CONUS Bldg 3189, 604 Tyler St. Scott AFB Ill 62225. 3. Background. DISA CONUS is in need of conduit installed thru out the bldg that meets security requirements for open storage area. 4. Objectives. DISA CONUS requires that all open storage rooms must compile with AFI 32-201dated April 2005. 5. Scope. The vendor will provide a complete installation of the conduit run. 5.1 Site visit is required. 5.2. Contractor will work form west end of bldg to the east end. 5.2.1 Install 4” conduit from room 9A to main hallway.—(85ft) 5.2.2 Install 2 junction boxes, one on ceiling and one under raised floor--12” x 12”square box, 8” deep 5.2.3 Install 2 -2” conduit with 2 maxcell inserts form junction box above ceiling to One under raised floor—(16) feet 5.2.4 Install 1” conduit with compassioned type coupling to workstation F-16.-(26ft) 5.2.5 Install new 1” FDC 32 box at workstation F-16 5.2.6 Install 1” tee by workstation-F-46 5.2.7 Install 1” conduit to workstation F-42 install a FDC32 type box.(18ft) 5.2.8 Install 1” conduit to workstation F-38 install a FD32 type box (6ft) Please see drawing 5.2.9 Install 1” conduit to just above workstation E-2, install a FD32 type box (100ft) Please see drawing 5.2.10 Install 4” conduit to just outside computer room 32/33—(90ft) 5.2.11 Install junction box on ceiling outside of rm 32/33--12” x 12”square box, 8” deep 5.2.12 Install 3” conduit just inside room 32/33-(6ft) 5.2.13 Install 2” conduit from junction box in hallway to middle of computer room 32/33. –(35ft)-- Must use compression type fittings Please see drawing 5.2.14 Install 1”conduit to just above workstation C-86, install a FD32 type box (100ft) Please see drawing 5.2.15 Reduce down to 3” conduit and run form rm 32/33 to just outside of G- wing—(45ft) 5.2.16 Install junction box on ceiling outside of G- Wing--12” x 12”square box, 6” to 8” deep 5.2.17 Install 3” conduit just inside G-wing.—(6ft) 5.2.18 Install 1’ conduit form junction box to workstation G-41 installs FDC32 type Box. (36ft) Must use compression type fittings. 5.2.19 Install 1” conduit form G41 to G42 and install a FD32 type box Please see drawing 5.2.19 Install 3” conduit from G-wing to just outside of A/B wing.—(45ft) 5.2.20 Install junction box on ceiling out side of B-Wing --12” x 12”square box, 6” to 8”deep 5.2.21 Install 3” conduit just inside a A/B wing.—(6ft) each 5.2.22 Install 1’ conduit form junction box to workstation B-4 install FDC32 type box. Must use compression type fittings. 5.2.23 Install1’conduit form workstation B-4 to B5 install FDC32 type box. Must use compression type fittings. 5.2.24 Install 1’ conduit form workstation B-5to B24 install FD32 type Box. Must use compression type fittings. Please see drawing 5.2.25 Install 3” conduit from B-wing to just inside the double doors at J-wing.—(90ft) 5.2.26 Install junction box on ceiling--10” x 10”square box, 6” deep 5.2.27 Install 2” conduit with 2 maxcell insert just inside of K-wing.—(40ft) 5.2.28 Install 1” conduit form junction box to k-5 install a FDC32 type box. Must use compression type fittings. 5.2.29 Install 1” conduit from K-5 to K-6 workstation install a FD32 box. Must use compression type fittings. Please see drawing 5.3 All 2” and larger conduits will have the maxcell inserts installed in them with pull String for future use. 5.3.1 4” conduit, 3-1 3/4” maxcell inserts 5.3.2 3” conduit, 3 -1”” maxcell inserts 5.3.3 2” conduit, 2- 1” maxcell inserts 5.4 All junction boxes will have tamper proof hinges on one side 5.4.1 All Junction boxes will have two tamper proof hasps install 3” from edge 5.4.2 They will be no knockout on boxes. Vendor must make wholes as needed 5.4.3 All boxes, EMT conduit and fitting must be 16 gauge steel. 5.4.4. Can use screw type fittings on the 3” and 4” conduit 5.4.5 All fitting use on the 2 “must be compression type fittings 5.4.6 All joint must be seal with epoxy (J.B. Weld) 5.4 Vender will install drops to each workstation list below form above the ceiling or under the raised floor. All drops will be 1” conduit with compression type fittings and have Crouse Hinds Cast device box FDC32 and FD32 G-41 and G42 B-5, B5, and B24 K-5 and K6 F-14, F15, F16, F38 and F42 5.5 All couplings and connecters will be the compression type to meet security requirements. 5.6 Clean up work area after each area is finished 6. Specific Tasks. 6.1 Method of procedure A complete method of procedure will be set up with DISA CONUS before commencement of work. 6.2 Site visit is required to insure all parts of the project are covered and are in before work is started 6.3 Remove drop ceiling and grid as needed. 6.4 Install any supports that are required before attaching the conduit to ceiling 6.5 The conduit must be installed to just inside of each wing listed above 6.6 Reinstall ceiling grid and tiles as you make you way down the hallway 6.7 This is at a minim a two man job with most work off ladders. 6.8 The drop ceiling height is at 9 ft and the hard sheetrock ceiling at 16 ft. 6.9Clean up work area after job is complete 7. Place of Performance. Work will be bldg 3189 and 1930 on Scott AFB. The work will be completed in 15 working days after all parts are in. Monday thru Friday work is allowed between 0700 at 1700. Saturday work is allowed from 0700 to 1600 if needed. 8. Period of Performance. 15 days after work starts. 9. Delivery Schedule. Not applicable. 10. Security. The installation of the conduit is UNCLASSIFIED. The facility is access-controlled and DISA CONUS will provide adequate escort supervision for all technicians. Personal Electronic Devices (PEDs) are not allowed within the identified work area. Customer will provide telephone support, where necessary. 11. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Not applicable. 12. Other Pertinent Information or Special Considerations. The contract may be asked to stop work or wait as DISA CONUS mission requirements or world events happen. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). Not applicable. c. Identification of Non-Disclosure Requirements. The contractor will be walking and working in DISA CONUS and will be escorted at all times. They may Overhear or see sensitive information. d. Packaging, Packing and Shipping Instructions. Not applicable. Inspection and Acceptance Criteria. Not applicable 13. Section 508 Accessibility Standards. NA The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts & Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work. 52.236-12 Cleaning Up 52.236-27 Alt I Site Visit (Construction) 52.239-1 Privacy or Security Safeguards, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services. THIS IS 100% SET-ASIDE FOR SMALL BUSINESS. I have a.pdf file with drawings of the floor plan. Please contact Tara.Whitaker@disa.mil if you would like a copy.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53c4d43d6c736606799024ae941654b5&tab=core&_cview=1)
 
Place of Performance
Address: DISA CONUS, BLDG 3189 and 1930, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN01749949-W 20090214/090212220645-53c4d43d6c736606799024ae941654b5 (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.