SOLICITATION NOTICE
62 -- Replacement of Light Fixtures
- Notice Date
- 4/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- F1A3B49049A001
- Point of Contact
- Jerome D Brown,, Phone: 202-767-8100, Maria B Williams,, Phone: 202-767-8103
- E-Mail Address
-
jerome.brown3@bolling.af.mil, maria.williams@bolling.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-32. This is a 100% Small Business Set-Aside. The North American Industry Classification Code (NAICS) is 335122 at 500 employees. Work shall be in accordance with the following Performance Work Statement (PWS). Contractors shall bid each line item as an all inclusive. LINE ITEM 0001: Replacement of light fixtures at Building 520. LINE ITEM 0002: Replacement of light fixtures at Building 4456. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to replace the existing light fixtures at buildings 520 and 4456, Bolling Air Force Base, Washington DC. SCOPE OF WORK. The following work description shall serve as general information only and shall not limit the contractor's responsibility or obligations to conform to all local, state, and federal laws as well as manufacturer's recommendations. All quantities and measurements in this Performance Work Statement are approximate and should be verified by the contractor. The contractor shall remove approximately (55) light fixtures from Building 4456 and approximately 77 light fixtures in specified offices and hallways in Building 520. This includes the proper removal of the fixtures' associated equipment and parts, to include but not be limited to its' ballasts, bulbs, and lens covers. The contractor shall then install approximately (55) 2' X 2' energy efficient light fixtures in Building 4456 and install approximately 77, 2' X 2' energy efficient light fixtures in specified offices and hallways in Building 520. The new light fixtures shall be Fluorescent Recessed Troffer Fixtures. Recessed Troffer, Fixture Type Lens, Troffer, Lamp Quantity 3, Lamp Type F17T8, Lamp Item No. 6XT99, Lamp Watts 17, Fixture Wattage 48, Voltage 120/277, Ballast Quantity 1, Ballast Type Instant Start Electronic, Acrylic Diffuser, Ambient Temp Range 0 to 104 F, Height 3 3/16 in., Length 24 in., With 24 in., Standards UL Listed, CSA Certified, NOM Certified. Lamps should be F17t8/Sp41/Eco. All parts and materials shall be U.L. approved/listed. Only new parts shall be used in effecting the installation and or repairs. The contractor shall supply at their expense, (no cost to government) all materials, test equipment and supplies of the craft, trade, profession, or regular line of business of work as it relates to this Performance Work Statement. Emergency Lighting fixtures shall be installed in proper locations, spacing and percentages in accordance with National Electric Code 2008. During the installation of the new fixtures at Building 520, the contractor shall be responsible for properly realigning the existing ceiling grid system to support the new fixtures and installing matching ceiling tiles where needed. This is necessary where 2' X 4' fixtures are being replaced with 2' X 2' fixtures. Measurements in this statement of work are approximate and should be verified by the contractor. The contractor shall dispose of all debris properly in accordance with all Federal, State, and Local laws. All areas disturbed and or damaged as a result of contractor actions will be repaired to its original condition by the contactor at no expense to the government. All work and material will be in accordance with Occupational Safety & Health Administration (OSHA) requirements/standards within all the latest additions. The performance period shall start within 60 working days after contract award. The work schedule shall be coordinated with Civil Engineer Squadron's Quality Assurance Personnel, prior to start of work. Upon completion of work, the contractor shall perform an acceptance test with a government representative. CONTRACTOR REQUIREMENTS: The contractor shall provide supervision that is experienced and fully qualified. The supervisor shall maintain direct control and close surveillance of all contract personnel who are performing the installation of all equipment identified in this contract. Supporting documentation of each employee classification/certification used on this contract shall be made available upon request. PRE-INSTALLATION REQUIREMENTS: Before project start, the contractor shall inspect the work site and ascertain all information necessary to deliver complete performance of services. The contractor shall notify the Contracting Officer of any conditions that prevent the completion of these services. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION. Normal duty hours are from 0700 to 1600 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1600 Monday through Friday. Work in building 4456 Child Development Center may have to be performed after normal duty hours or weekends. The contractor will be required to meet with the government within 48 hours after contract award to establish a work schedule. FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Independence Day, Thanksgiving Day, Martin Luther King Jr. Birthday, Veterans Day, Christmas, President's Day, Labor Day, Inauguration Day, Memorial Day, Columbus Day. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. BASE ACCESS. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a master personnel roster on company letterhead to the Contracting Officer. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37. In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Carl Buono (202) 767-8616. QUALITY ASSURANCE. The government shall evaluate the contractor's performance under this contract using the 100% Surveillance method to ensure compliance of all specifications and objectives stated in the Performance Work Statement and Industry Standards. WARRANTY. Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-2 Notice of Streamlined Competition, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-commercial Items, factors is: Past Performance and Price, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.219-1 Alt 1 Small Business Program Representations Items, 52.222-22 Previous Contracts and Compliance Reports, 52.222-5 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alternations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibitions of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-36 Affirmative Action for Workers with disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program,52.223-11 Ozone Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-1 Site Visit, 52.237-2 Protection of Government Building, Equipment, and vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor Inspection Requirements, 52.246-20 Warranty of Services, 52.247-34 FOB Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to implement Statues or Executive orders Applicable to Defense Acquisitions of Commercial items, 252.223-7001 Hazardous Warning labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor's Employees, 252.247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 CONTRACT Terms and Conditions Required to Implement Statutes or Executive orders, 52.219-28 Post -Award Small business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone-Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SITE VISIT: Site visit will be conducted 21 April 2009 at 10:00 am. Please contact POC listed below regarding base access for site visit. SOLICITATION RESPONSES must be reviewed no later than 4:00 pm Eastern Standard Time 29 April 2009 at 11th Contracting Squadron/LGCF, 20 MacDill Blvd, Suite 247, Bldg P20, and Bolling AFB, DC 20032. (202) 767-7896, or e-mail response to jerome.brown@bolling.af.mil. An official authorized to bind your company shall sign the offer. The prevailing wage determination is WD 05-2103 (Revision 6) dated 06 June 2008. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must have a valid registration within the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR Clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Mr. Jerome Brown, Contract Specialist, Phone (202) 767-8100, Fax (202) 767-7896, e-mail: jerome.brown@bolling.afncr,af.mil or Mrs. Maria Williams, Contracting Officer, Ph (202) 767-8103, Fax (202) 767-7896, e-mail: maria.williams@bolling.afncr.af.mil. PLACE OF PERFORMANCE: Building 520 and 4456, Bolling AFB, Washington DC.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=913eb9b647255f6231fdd072f8cebb9b&tab=core&_cview=1)
- Place of Performance
- Address: Buildings 520 & 4456 Bolling AFB, Washington, District of Columbia, 20032-0101, United States
- Zip Code: 20032-0101
- Zip Code: 20032-0101
- Record
- SN01793489-W 20090417/090415223000-913eb9b647255f6231fdd072f8cebb9b (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 |