Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2009 FBO #2648
SOLICITATION NOTICE

Z -- Bldg 457 Doors

Notice Date
2/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3H3G39036A001
 
Archive Date
3/25/2009
 
Point of Contact
Douglas D. Janney, Phone: 4022326484, Dustin Hoffmann, Phone: 402-232-4352
 
E-Mail Address
douglas.janney@offutt.af.mil, dustin.hoffmann@offutt.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation, F3H3G39036A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21. This procurement is 100% Set-Aside for Service Disabled Veteran Owned Businesses IAW FAR 19.502-2 (a). The NAICS code is 238350 and the small business size standard is $14.0 Million. The following commercial items are requested in this solicitation; Statement of Work Remove and Replace north and south doors and frames on Bldg 457. 1. Scope: Build 2 (total) custom entry doors and windows for the North and South Entrances to building 457. Remove old doors and frames and replace with new to include required hardware. Painting is not included. 2. Major Items of Work: a. Measure existing door and frames and custom build replacement as needed. b. Door to be prepped, build and reinforce doors and frames for all hardware. c. Frames to be completely welded with undercoat in throat. d. Glass for doors to be 7/8" insulated clear tempered glass. e. Remove Existing Doors and prep area for new install. f. Install 2 complete doors and sidelite frame units with all hardware. 3. Location of Work: All work will be performed at Building 457 North and South Entry Doors located on Offutt AFB, NE. 4. Codes: The work shall conform to the latest applicable Unified Facilities Criteria (UFC), and in accordance with the State, Local and Federal Government Laws, Regulations and Building Codes. Contractor is responsible for all field measurements for proper material installation. Occupancy: During construction the Government will occupy the existing facilities. The contractor shall not restrict nearby pedestrian or vehicular traffic to this facility and shall coordinate construction with the government representative to minimize conflicts and to facilitate usage. The contractor shall perform the work so as not to interfere with ongoing operations. 5. Utility/Service Interruptions: The government representative shall be notified not less than 15 calendar days in advance of any interruptions of building utilities/services. The contractor shall describe in writing the work to be done and the time and duration of the interruption. No work shall be done until approval is received from the government representative. 6. 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 outside the confines of Offutt AFB. 7. Work Schedule: The working hours for this contract shall be between 0730 and 1630 hours daily, excluding Saturdays, Sundays, and Federal Holidays. 8. Performance Period: The suggested performance period will be March 17, 2009 thru March 20, 2009. 9. Use of Utilities: All reasonable quantities of utilities will be made available to the contractor without charge. Any temporary connections of lines that may be required will be installed, maintained and removed by the contractor at his own expense and in a manner satisfactory to the government representative. Removal of such connections or lines shall be accomplished prior to final acceptance of the contract. 10. Guarantee: The materials and craftmanship 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 a failure of any part of the guaranteed equipment covered by the scope of the guarantee, during the guarantee period, any defective work or materials shall be replaced promptly by workers skilled in that particular trade, at no additional cost to the Government. 11. Inspections: The Government representatives will perform as a minimum the following progress inspections: a. Start up b. Preparation/Removal c. Final 12. Associated Costs: All of the costs in connection with this contract shall be included in the lump sum price for all work to be performed under this contract. 13. Site Visit: There will be a site visit held Tuesday March 3, 2009 @ 10:00 am. Location will be Bldg 457 on Offutt AFB, NE 68123. If you plan to attend please let me know by COB Thursday February 26, 2009. If you do not have access to Offutt AFB please let me know that as well. FOB: Destination for delivery to Offutt AFB, NE 68113. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Alt I, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor, FAR 52.222-26, Equal Opportunity, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-6, Drug-Free Workplace, FAR 52.225-1, Buy American Act-Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR, FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration, FAR 52.233-3, Protest After Award, FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.237-1, Site Visit, FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, FAR 52.246-16, Responsibility for Supplies, The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to SSgt Douglas Janney at: Fax 402-294-0430; e-mail douglas.janney@offutt.af.mil ; or mail directly to 55 CONS/LGCA 101 Washington Square BLDG 40 Offutt AFB NE 68113. Quotes are required to be received no later than 4:30 PM CST, Tuesday, 10 March, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1eaf8fd19edcb2ae23652e75a7074139&tab=core&_cview=1)
 
Place of Performance
Address: BLDG 457 Offutt AFB, Bellevue, Nebraska, 68123, United States
Zip Code: 68123
 
Record
SN01755269-W 20090225/090223214824-1eaf8fd19edcb2ae23652e75a7074139 (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.