Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
SOLICITATION NOTICE

66 -- Anechoic Chamber, 2 each, to be provided and installed at Tobyhanna Army Depot, Tobyhanna, PA 18466.

Notice Date
10/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
US Army C-E LCMC, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V09R0035
 
Response Due
10/9/2009
 
Archive Date
12/8/2009
 
Point of Contact
Joseph Santillo, 570-895-7517
 
E-Mail Address
US Army C-E LCMC, Tobyhanna Depot Contracting Office
(joseph.santillo@us.army.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W25G1V09R0035 and must be referenced in all correspondence. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This action is a 100% small business set-aside under NAICS 334515, criteria 500 employees. Contract Line Item Number (CLIN) 0001: 2 each Anechoic Chambers in accordance with the specification/Statement-of-Work. All deliverables are Fob Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA. Delivery of both Chambers, to include installation, testing, and documentation, is 80 days after date of award. Delivery is critical and failure to comply with the required delivery renders the offer unacceptable. Packaging shall comply with ASTM D3951-98(2004) Standard Practice for Commercial Packaging, ASTM International. Proposal Requirements: Pricing must be provided for CLIN 0001 and offerors must address delivery, warranty, installation, and documentation. ALL offerors must also provide PAST PERFORMANCE information. Parties interested in responding to RFP are requested to complete a Standard Form (SF)1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b (as appropriate), 19 thru 24, 30a, b, and c; the offer must be signed by a company official authorized to contractually bind the company. Offerors shall include the full text provision FAR 52.212-3 ALT I (Offeror Representations and Certifications --Commercial services), completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial services). Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil/ ; or FAR only at http://www.arnet.gov/far ; or DFARS only at http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Supporting documentation (i.e., Past Performance information and literature clearly showing that the product proposed satisfies the technical requirements) must be submitted in order for your offer to be considered. It is recommended that the completed SF1449 be Faxd (570-615-6782). Alternatively, a signed, scanned SF1449 can be sent electronically (e-mail) to joseph.santillo@us.army.mil. The proposal and other information and supporting documentation should but be submitted electronically to joseph.santillo@us.army.mil. SPECIFICATION: Notes: 1. Abbreviations/Acronyms: LCMR = Lightweight Counter Mortar Radar RAM = Radio Frequency Absorbing Material 2. National Environmental Policy Act (NEPA), Depot Security, Depot Safety, and Wide Area Workflow (WAWF) requirements apply to this action and are provided as ATTACHMENT 1. Offerors MUST obtain these documents and address them in their proposal. 3. The limited drawings available for this requirement are provided as ATTACHMENT 2. Offerors MUST obtain this documents and address them in their proposal. BOTH ATTACHMENTS 1 AND 2 MUST BE ADDRESSED IN THE OFFERORS PROPOSAL. 1. Scope This specification defines the minimum requirements for the purchase and installation of two each new Anechoic Chambers for the Firefinder Division. This specification includes details for the purchase and installation for new Anechoic Chambers and the options and accessories defined in this specification and shall be turn-key installation/testing. 2. Application The anechoic chamber along with the accessories shall be installed in Building 4-6 Annex and will be used to test Lightweight Counter Mortar Radar (LCMR) radar systems. 3. Requirements 3.1 Mechanical Requirements: The anechoic chambers shall be modular type Radio Frequency (RF) shielded enclosures which consists of rigid modular walls, floor and ceiling panels in an integrated framing system to provide a sound mechanical structure with low impedance RF joints. - Fabrication 3.1.1 Existing concrete floors must be properly leveled and prepared by the contractor to accept each chamber (2 places). Epoxy type toweled material shall be used to accomplish this and must be completely level and extend 1 inch past the outer edge of the chambers/frames. The outer edges of the epoxy toweled coating must be a minimum of 3/8 (0.375) inch above the existing concrete floor level in order to assure water penetration does not occur near chambers. 3.1.2 Proper isolation material must be utilized under the entire chamber(s) to assure good RF properties. 3.1.3 Size: Each chamber shall be 13 feet wide by 25 feet long by 13 feet high. 3.1.4 Frame: The frame members shall be a minimum of 1/8 (0.125) inch zinc plated steel framing consisting of various types of channels including M, U, hat, and flat as appropriate to provide a free standing structure to support the walls, ceiling, and floor panels. 3.1.5 Modular Panels: The modular wall panels shall be a minimum of 26 gauge, zinc sheet steel laminated to both surfaces of 3/4 (0.75) inch solid core material. 3.1.6 Doors: The chambers shall have two RF shielded 4 feet by 7 feet swing-out doors. One at each end of the same longitudinal wall. 3.1.7 Lights: The chambers shall be equipped with a minimum of four 12-inch x 12-inch x 16-inch High Hat light boxes which have honeycomb or similar type waveguide at the top for mechanical supply and exhaust vents and a removable shielded panel for light bulb replacement such that RAM material does not have to be removed from any area of the chambers to complete replacement. 3.1.8 Electrical Service: The chambers shall have a minimum of two 30 Amp, 60 Hz power line filters. One for lighting and the second for convenience outlets. A (0.5) inch x 5 inch brass grounding stud shall also be provided. 3.1.9 Openings/Penetrations: The chambers shall also be equipped with brass frame penetration panels in various locations for interface material/cables that must pass through chamber walls. There shall be two 18-inch x 18-inch penetration panels, one 16-inch x 24-inch for cables and one RF waveguide penetration 1-1/2- (1.5)inch with cap. 3.1.10 Electrical Distribution & Lighting: The chambers shall be provided with four Light-Emitting Diode (LED) floor lamp fixtures, one duplex convenience receptacle on the interior of the chambers near the positioner, three duplex receptacles located on the outside of the chambers in various locations, one switch for interior lights and one warning strobe and switch. Power line filters shall also be installed and connections made on both the interior and exterior of the chambers. 3.1.11 Mechanical System with Humidifier: The chambers shall also include a Liebert type mechanical system with a humidifier for the chambers to maintain optimal climate at around 70 degrees (creature comfort +/- 5 degrees) with a relative humidity not to exceed 95%. This unit shall be self contained (not requiring intake or exhaust ductwork to the exterior of the building where it is to be located). Any condensate shall be pumped/drained to the nearest floor or roof drain as approved by the Government COR. Vendor shall provide the necessary pump and piping to the drain and shall configure the piping such that the appearance is professional and meets plumbing codes. 3.1.12 RAM: The absorber material shall be Cuming Microwave Corporation material or equivalent. The absorber material shall be applied to the walls, ceiling and floor and shall include C-RAM SFC-12 Pyramidal, C-RAM SFC-24 Pyramidal, C-RAM SFC-24 Wedge, Lossy Foam Block, SFC-18 Walkway and corners shall be mitered as needed and as per the attached Absorber Layout Plan. 3.2 Process/Performance Requirements The anechoic chambers shall be capable of performing the following key requirements as a minimum. 3.2.1Attenuation: The anechoic chambers shall provide attenuation of 90dB to electric fields and plane waves from 14KHz to 10GHz as a minimum in compliance with IEEE-STD-299 (formerly in MIL-STD-285). An attenuation level of 100dB shall be guaranteed. 3.2.2RF Shielding Effectiveness: The RF shielding shall be tested to ensure compliance to IEEE-STD-299. The shielding test shall be performed at a minimum of three frequencies (400MHz, 1GHz and 10GHz)as minimum and test reports shall be provided identifying the results of this testing at all frequencies. 3.2.3Free-Space Voltage Standing Wave Radio Test: The Free-Space Voltage Standing Wave Ratio Test (VSWR) or quiet zone test is a more all encompassing test than the shielding test. It shall evaluate the noise in a perimeter or zone around the area of interest (where the test fixture is mounted) as opposed to the chamber in general and shall be the responsibility of the contractor to accomplish in both chambers. This test shall be performed after chambers are completely assembled and any modifications such as the installation of the test fixture rotator are complete. Only ONE rotator assembly exists currently, therefore, the rotator must be installed into chamber #1 (by the contractor), and then VSWR testing performed. Then, the rotator must be moved (by the contractor) from Chamber #1 to Chamber #2 and placed into position, then VSWR testing performed on Chamber #2. The quiet zone shall meet an attenuation of 30 dB of all signals and reflections aside from the main intended signal. See Figure 1 for a diagram of the implied quiet zone geometry created by the traverse and longitudinal data collected in the test. Only the area within the implied quiet zone is expected to meet 30 dB of attenuation. The two following Companies have satisfactorily performed very similar testing previously. Shielding Integrity Services, Inc. 1905 Hercules Dr. Colorado Springs, CO 80905 Phone: (719)635-7719 http://shieldingintegrityservices.com/ Advanced Testing Services Incorporated (ATSI) 9420 San Mateo Boulevard NE Suite C Albuquerque, NM 87113 Phone: (505)292-2032 3.3Responsibilities 3.3.1 Contractor: The contractors responsibilities shall include but not be limited to the following: - Project Management & on site supervision - Coordination with Contracting Officer Representative (COR)regarding construction process - On site safety program - Provide submittals of anechoic chamber, accessories, equipment and materials being installed - Provide binder of MSDS on site for Right to Know policy - Provide a Project Schedule (MS Project) (WITHIN 10 DAYS OF AWARD) - Provide for Quality control for both material and workmanship - Job Hazard Analysis - Erect/provide Safety barriers and precautions around the work area - Provide necessary tools and equipment to complete installation - Preparation of staging area and work site - Provide dumpster and necessary means for removal of construction debris - Keep construction site neat and clean daily; free of debris accumulation. - Install Government supplied rotators into each chamber using proper rigging and equipment to assure placement without causing damage to chambers nor rotators. - Additional requirements are attached (Attachment 2) to this specification which state the overall performance and sizing of the chambers described within this document and must be adhered to as presented. Specific details regarding this attachment must be discussed with the Technical COR to assure conformance to LCMR requirements. 3.3.2 Government: The government shall identify a Contracting Officer Representative (COR) to serve as a single point of contact to coordinate contractors efforts with depot operations and personnel. The government shall provide approximately a 1200 square foot staging area for contractor tools and material. 4. Utilities The anechoic chamber shall operate on 120/220 VAC, single phase, 60 cycle power. The necessary power required and the amperes shall be stated in the proposal. Power panel and drain locations are identified on Chamber Layout Drawing attached. Floor drain identified in Chamber Layout Drawing shall be terminated appropriately. 5. Safety The anechoic chamber shall meet all requirements set forth in OSHA General Industry Standards 29 CFR 1910, dated 1 July 1996. In addition it shall meet or exceed the National Fire Protection Association (NFPA) requirements of NFPA 79-1994, Electrical Standards for Industrial Machinery. All energy control sources shall have the capability of being locked out and tagged out. The contractor's manuals shall detail the lockout/tagout procedures which are required to bring the surface mount component machine to a zero mechanical state for maintenance or service procedures. Procedures to return from the zero mechanical state to full operational capability shall also be provided. (See also NEPA requirements.) 6.Environmental Considerations 6.1 Offeror shall supply information (MSDS) for the recommended hazardous materials associated with the installation and use of this equipment to screen for approval and or potential problems. 6.2 The anechoic chambers shall NOT use Class I Ozone Depleting Substances (ODS) or other materials containing, or manufactured with any Class I ODS. All contractor personnel must have ODS certification when working on refrigeration equipment. 7. Delivery/Installation Schedule a.Vendor shall provide anechoic chambers and accessory submittals within 10 days of award of contract. b.The government shall have 10 days to review and approve submittals. c.Anechoic chambers and materials, with the exception of the RAM, which may be delivered per availability (but within the overall performance period), shall be delivered within 30 days of submittal approval. Contractor shall coordinate delivery with the Contracting Officer, to include a pre-delivery notification at least 5 days prior to shipment of material. d.Anechoic chambers erection and testing shall be completed within 45 days of submittal approval. e.RF testing and absorber installations shall be completed within 60 days of submittal approval. 8. Installation All installation procedures shall be coordinated with the Contracting Officer (KO) or the Contracting Officer's Representative (COR). All installation shall be performed by English speaking U.S. citizens. (See also TYAD security requirements and background check requirements per form AMSEL-TY 648-C.) All work shall be performed during normal working hours: Monday through Friday from 7:30 am to 4:00 pm Eastern Standard Time, excluding Federal Holidays, unless special arrangements are made with the KO or COR. Request for working during non-normal working hours must be submitted to the COR at least 3 days prior to the proposed commencement of such work; approval of such request is at the discretion of the COR. 9. Warranty The equipment furnished under this specification shall be warranted by the prime contractor for parts and labor for a period of 1 year from the date of final acceptance. In the case of any components or subsystems which come with a warranty from the manufacturer that is longer than a year, that warranty will be provided to the Government with the other required documentation. The existence of warranties for components or subsystems which have a duration of longer than one year in no way negates or diminishes the responsibility of the contractor for providing warranty of those components or subsystems for a period of one year after the date of final acceptance. There shall be single contractor accountability to prevent confusion of responsibility if a problem or breakdown occurs. 10. Attachment 2, available drawings. Note that the part numbers appearing on the Bill of Materials in Attachment 2 are those of Cuming Microwave Corporation, 225 Bodwell St., Avon, MA 02322-1148. These are the only description available for these parts, however, submission of equal items shall be considered. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items, With Addendum. 52.212-3 ALT I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items, With Addendum. 52.211-6 Brand Name or Equal. 52.211-14 Notice of Priority Rating for National Defense: DO A7. 52.211-15 Defense Priority and Allocation Requirements. 52.217-5 Evaluation Of Options. 52.217-8 Option to Extend Services (fill-in is within 30 days of the expiration of the contract). 52.217-9 Option to Extend the Term of the Contract (fill-ins: within 2 days of the expiration of the contract; 30 days; 5 years). 52.219-28 Post-Award Small Business Program Representation 52.223-11 Ozone-Depleting Substances. 52.227-1 Authorization and Consent. 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement. 52.227-3 Patent Indemnity. 52.228-5 Insurance -- Work on a Government Installation, Employer's liability coverage of at least $100,000; minimum auto coverage $200,000 per person and $500,000 per occurrence for Bodily Injury an d $20,000 per occurrence for Property Damage. 252.201-7000 Contracting Officers Representative. 252.204-7004 Alternate A. 252.211-7003 Item Identification and Valuation. 252.212-7000 Offeror Representations and Certifications--Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.217-7002 Offering Property for Exchange. 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7012 Preference for Certain Domestic Commodities. 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.227-7015 Technical Data--Commercial Items. 252.227-7037 Validation of Restrictive Markings on Technical Data. 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments. 252.243 -7002 Requests for Equitable Adjustment. 252.247-7023 Transportation of Supplies by Sea. 52.212-2 Evaluation - Commercial Items. This acquisition will be a best value action. Evaluation factors are technical, Past Performance, and Price. Past Performance is more important than Price. Technical shall be evaluated as pass/fail, specifically, that the item offered is evaluated as satisfying the technical specification. Technical submission by offerors shall include a statement by the offeror that the proposed chambers meet all the technical requirements, accompanied by supporting technical literature. Three examples of Past Performance are to be submitted. The examples shall include: the name of the customer/contracting office; the item which was sold; the price; the date of the sale; and a customer point of contact and verified telephone number. The examples will be evaluated in terms of currency (within the past 3 years), relevance, and quality. Examples showing the same chamber as that required, provided under the same terms (installation, warranty, documentation), provided to a Government agency in the U.S., and performed within the past three years, will be considered ideal in terms of relevance. Variations (a similar system rather than the same system, lesser warranty, or no documentation required) will be considered accordingly. Quality will be evaluated in the following areas (the listing does not represent the specific or relative importance of the areas, nor necessarily all areas): timeliness of overall delivery; quality of the system; quality of the installation; ability to deal with any required changes; providing warranty; and meeting customer overall expectations and overall customer satisfaction. In the case of an offeror without a re cord of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. (b) Options. There are no options required in the solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-5 Contract Terms and Condition s Required to Implement Statutes or Executive Orders - Commercial Items, which includes 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I and 52.232-33, Payment of Electronic Funds Transfer - Central Contractor Registration; 52.225- 1 Buy American Act-Balance of Payments program-Supplies; 52.225-2 Buy American Act-Balance of Payments Program Certificate; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Report s on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-6 Contractor Identification Number Data Universal Numbering System (DUNS); 52.215-5 Facsimile Proposals (FAX Number: (570) 895-6782); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.211-14 Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use: this is a DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation 52.0204-4003 SECURITY INSPECTION CONTRACTING OFFICER'S NOTICE By submission of a bid/offer under this solicitation, the Contractor acknowledges and agrees that all vehicles operated by contractors and commercial vendors will be inspected by Depot Security personnel prior to entering or departing the controlled area of Tobyhanna Army Depot. 52.0204-4005 DEPOT REGULATIONS CONTRACTING OFFICER'S NOTICE While within the confines of Tobyhanna Army Depot, Contractor employees will adhere to and be governed by all rules, regulations, policies, procedures and directives issued by the Commanding Officer, Tobyhanna Army Depot, and said employees will be required to conduct themselves in the same manner required of Government employees. 52.0236-4003 WORK AREA RESTRICTIONS CONTRACTING OFFICER'S NOTICE Contractor employees are restricted to the immediate area of the job site and not permitted access to any area adjacent to said job site without expressed written permission of the Contracting Officer. 52.0236-4004 PROTECTION OF OPENINGS CONTRACTING OFFICER'S NOTICE 1. During the periods of inclement or cold weather, and at the end of each workday, the contractor shall provide a secure temporary enclosure to seal all openings being worked on. 2. Security of the building/area will not be downgraded during non working time. FAR 52.236 0012 CLEANING UP (APR 1984) The Contractor shall at all times keep the work area, including storage areas, free from accumulations of waste materials. Before completing the work, the Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. Upon completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition satisfactory to the Contracting Officer. CONTRACTING OFFICER'S NOTICE: 1. Debris and Rubbish: Remove debris and rubbish from the site as soon as practicable. Do not allow to accumulate in buildings or on site. (However, see paragraph 3. below concerning cardboard waste.) Also remove debris from excavations. 2. Debris Control: Remove and transport debris, to an approved disposal site, in a manner as to prevent spillage on streets or adjacent areas. 3. Disposal of Debris: a. Removal of debris and rubbish shall be the responsibility of the Contractor. The Contractor shall dispose of all materials, except as noted b. below, outside the limits of the Government Controlled Property at a site approved by local and state authorities. COMPLIANCE WITH THE MONROE COUNTY SOLID WASTE MANAGEMENT ORDINANCE/PLAN IS REQUIRED FOR THE HAULING AND DISPOSAL OF CONSTRUCTION/DEMOLITION WASTE. FOR ALL OTHER WASTE, COMPLIANCE MAY BE REQUIRED. CONTRACTORS ARE RESPONSIBLE FOR CONTACTING THE MONROE COUNTY MUNICIPAL WASTE MANAGEMENT AUTHORITY TO DETERMINE SPECIFIC COMPLIANCE RESPONSIBILITIES AND REQUIREMENTS. MONROE COUNTY MUNICIPAL WASTE MANAGEMENT AUTHORITY CAN BE REACHED AT 570 421 7301. PLEASE NOTE: THE USE OF TRANSFER FACILITIES FROM THE MONROE COUNTY CONTRACTED FACILITIES LIST IS NOT ALLOWED FOR TOBYHANNA ARMY DEPOT PROJECTS. b. CONTRACTORS ARE ENCOURAGED AND SPECIFICALLY REQUESTED TO DISPOSE OF CARDBOARD DEBRIS WITHIN THE CONFINES OF THE GOVERNMENT CONTROLLED PROPERTY AT ANY OF THE DEPOT'S READILY ACCESSIBLE CARDBOARD BALER LOCATIONS. IF A BALER IS NOT LOCATED NEAR THE JOB SITE, CARDBOARD DEBRIS MAY BE NEATLY STACKED AT THE JOB SITE FOR SUBSEQUENT PICK UP BY GOVERNMENT PERSONNEL. ALL CARDBOARD DEBRIS DISPOSAL ARRANGEMENTS MUST BE COORDINATED WITH THE CONTRACTING OFFICER'S REPRESENTATIVE. 4. The Contracting Officer shall be notified, in writing, of the location of the selected disposal site. 5. A final cleanup is required at end of the project to include dust, debris, smudges, stains, marks of any kind, spills, dirt, construction material, all waste, rags, etc. Vacuuming and wet mop will be required for projects within structures that have finished areas. 52.0236-4114 - FAR 52.236 0014 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984) (a) The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. (b) The Contractor, at its expense and in a workmanlike manner satisfactory to the Contracting Officer, shall install and maintain all necessary temporary connections and distribution lines, and all meters required to measure the amount of each utility used for the purpose of determining charges. Before final acceptance of the work by the Government, the Contractor shall remove all the temporary connections, distribution lines, meters, and associated paraphernalia. CONTRACTING OFFICER'S NOTICE: There will be no charge for any utilities required for this contract. Bidder/Offeror shall not include any costs for securing such utilities in his bid price. 52.0246-4009 DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) CONTRACTING OFFICER'S INSTRUCTIONS Shipping and receiving hours at Tobyhanna Army Depot are from 0730 hours to 1430 hours, Monday thru Friday (except on Federal holidays and the day after Thanksgiving). All shipments will be scheduled and coordinated with the Tobyhanna Army Depot traffic control room at (570) 895 7354 as soon as possible after notification of award or receipt of order. Failure to schedule delivery could result in delay in off loading. In the event that the delivery cannot be accomplished by the contract/purchase order delivery date due to the appointment date provided by Tobyhanna Army Depot traffic control personnel, the contract administrator, as provided herein, will be notified by the Contractor for disposition. 52.0000-4001 AMC LEVEL PROTEST PROGRAM (OCT 1996) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protest (other than protest to the contracting officer) to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060 5527 Facsimile number (703) 806 8866/8875 The AMC level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protest/protest.html If Internet access is not available contact the contracting officer or HQ, AMC to obtainthe AMC Level Protest Procedures. 52.0228-4005 INSURANCE REQUIREMENTS CONTRACTING OFFICER'S NOTICE The contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: (a) WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY. Contractors are required to comply with applicable Federal and State Worker's Compensation and Occupational Disease Statutes. If the Employer's liability section of the insurance policy, except then contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in states with exclusive or monopolistic funds that do not permit Worker's Compensation to be written by private carriers. (b) GENERAL LIABILITY. Bodily Injury Liability Insurance Coverage written on the comprehensive form of policy of at least $500,000 per occurrence shall be required. Property Damage Liability Insurance is not normally required. (c) AUTOMOBILE LIABILITY. Automobile Liability Insurance written on the comprehensive form of policy is required. The policy shall provide for Bodily Injury and Property Damage Liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for Bodily Injury and $20,000 per occurrence for Property Damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Clauses and Provisions Incorporated by Reference (Feb 1998) Full Text may be accessed electronically at this internet address http://farsite.hill.af.mil/ or http://www.arnet.gov/far Any FAR (48 CFR Chapter 1) provision or clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. For questions regarding this action, contact Joe Santllo, (570) 895-7517, joseph.santillo@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAB17/W25G1V09R0035/listing.html)
 
Place of Performance
Address: US Army C-E LCMC, Tobyhanna Depot Contracting Office ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN01979247-W 20091004/091002235427-e156ff8c1a0d999b1486dcd278f0b967 (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.