SOLICITATION NOTICE
N -- Best Key System Installation
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-10-T-0060
- Archive Date
- 10/5/2010
- Point of Contact
- Chad E Galvez, Phone: 011816117344786, Michael A. Holder, Phone: 011816117345274
- E-Mail Address
-
chad.galvez@kadena.af.mil, michael.holder@kadena.af.mil
(chad.galvez@kadena.af.mil, michael.holder@kadena.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 synopsis/solicitation is issued as a Request for Quotation (RFQ) under solicitation number: FA5270-10-T-0060 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20091229, and Air Force Acquisition Circular (AFAC) 2009-1030. This RFQ Contains one (1) Contract Line Item Number(s) (CLINs). Items, quantities and units of measure are as follows: CLIN: 0001 Item Description Best Key System Installation Quantity: 01 Unit of Measure: EACH SITE VISIT: Friday 10 Sep 10, 1-1 ADA, Bldg 741, Unit 5140, Kadena AB, Okinawa, Japan. Please contact A1C Chad Galvez at 961-5511 or at chad.galvez@kadena.af.mil for Base Pass Requests or any concerns. Place(s) of Delivery and Acceptance: 1-1 ADA, Bldg 741, Unit 5140, Kadena AB, Okinawa, Japan FOB Point: DESTINATION The following clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ FAR 52.212-1 Instruction to Offerors – Commercial Items FAR 52.212-4 Contract Terms and Conditions – Commercial Items FAR 52.212-5 Contract Terms and Conditions required to implement statutes FAR 52.232-18 Availability Of Funds FAR 52.252-2 Clauses Incorporated By Reference DFAR 252.212-7000 Contract Terms and Conditions Required to Implement Statures or Executive Order Applicable to Defense Acquisitions of Commercial Items DFAR 252.222-7002 Compiance With Local Labor Laws (Overseas) DFAR 252.225-7041 Correspondence in English DPAS assigned rating is not applicable. All offers are due: 20 Sep 10 at 4:00PM Japan Standard Time The point of contact for this solicitation is: A1C Chad Galvez/ DSN# 634-5511/ chad.galvez@kadena.af.mil Attachments: Attachment 01- Performance Work Statement Additional Information: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. Attachment 01: PWS PERFORMANCE WORK STATEMENT for Install Best key System lock pads on six (6) doors of building 741, on Kadena AB, APO AP 96368. Key pad locks are necessary for security purpose. 1.0. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to install Best key System lock pads on six (6) doors in building 741, on Kadena AB. The contractor shall perform to the standards in this contract. DELIVERY. The contractor shall provide all necessary material for installation of Best Key system. DISPOSAL. N/A STAGING AREA. N/A Contractor personnel. 1.4.1. The contract manager or alternate(s) shall have full authority to act for the contractor on all contract matters relating to the daily operation of this contract. 1.4.2. The contract manager and alternate(s) must be able to read, write, speak, and understand English. 1.4.3. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.4.4. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which publish the company name and employee name, in English. 1.4.5. The contractor shall make sure employees have necessary identification and gate passes, in accordance with base regulations, before starting work under this contract. GOVERNMENT PERSONNEL. The Government will assign a Contracting Officer (CO) who will be the point of contact for all contract matters. The CO may assign a Contract Administrator (CA) to act on his/her behalf. The CO will inform the contractor who is assigned as CA. 1.5.1 Government personnel at the site will conduct periodic inspections of contractor performance. The contractor shall provide the company name, contract manager’s name(s) and telephone number(s) to the site Command Post Specific coordination procedures will be discussed at the pre-performance conference. HOURS OF OPERATION. The contractor shall perform the services required under this contract as scheduled below. These hours and dates may vary depending on the requirements of the Government. Monday Tuesday Wednesday Thursday Friday 0900-1600 0900-1600 0900-1600 0900-1500 0900-1600 1.6.2. The contractor shall organize operations so that work performance shall be conducted between the hours specified above. CONTRACTOR VEHICLES. The contractor shall notify the Government of the quantity of vehicles proposed to be used. The Government will issue vehicle Access Passes to the contractor no later than August 2010. Point of contact for vehicle Access Passes will be 18 CONS/LGCA. The contractor shall return all issued vehicle Access Passes to the Government prior to submitting their invoice. PERFORMANCE OF SERVICES DURING TYPHOON CONDITIONS. 1.8.1. During typhoon condition one (TC-1) all work shall cease. If prior to performance hours the base has declared TC-1, then there shall be no work performed when this condition exists. Once condition ALL CLEAR is announced the contractor shall contact the CO for guidance on returning to work. 1.9. SPILLS N/A 1.9.1. Compliance with Laws and Regulations. The contractor shall be knowledgeable of and comply with all applicable Interstate, Federal, State, and Local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the contractor shall inform the Contracting Officer pursuant to notice requirements and negotiate a modification to the contract. 1.9.2. Notification of Environmental Spills. If the contractor spills or releases any substance contained in 40 CFR 302 into the environment, the contractor or its agent shall immediately report the incident to Kadena AB Fire Dept at 911 and the QCI. 1.9.3. Reporting Requirements: The contractor shall submit a written follow-up report to the QCI not later than 5 calendar days after any spill incident. The written report shall conform to the requirements detailed in the 18th Wing Administrative Plan 545 – Spill Prevention and Response. At a minimum, the report shall provide the information necessary to complete an Environmental Pollution Incident Report Form. Copies of this form are available from the 718 CES / Environmental Office. 1.9.4. Responsibility: The liability for the spill or release of such substances rests solely with the contractor and its agent and is responsible for spill cleanup. The contractor shall determine, as quickly as possible, the nature of the spilled substance and implement the necessary safety precautions to protect both human health and environment. Clean up shall be in accordance with applicable local laws and regulations, at no additional cost to the Government, and shall only be performed by personnel adequately trained in spill response and clean up techniques for the severity of the spill incident. If the Government has to perform emergency spill response and clean up, due to the non-availability of contractor personnel, or if the spill is beyond the capacity of the contractor’s personnel, the contractor shall be held liable for all costs associated with performing the clean up. 1.10. EMERGENCIES, Police and Fire Protection: To call the Security Police dial 634-2475 and to call the Fire Department in an event of an emergency dial 911. 1.11. TRAFFIC CONTROL: It is the contractor’s responsibility to abide with all traffic laws imposed on all U.S. installation in performance of this contract. 1.12. SECURITY REQUIREMENTS: SECURITY AND BASE ACCESS REQUIREMENTS ARE CONTAINED IN CLAUSE 5352.242-9000 “CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS.” CONTRACTOR EMPLOYEES WILL BE REQUIRED TO OBTAIN AND DISPLAY IDENTIFICATION BADGES. ANTICIPATE DELAYS IN GETTING COMMERCIAL VEHICLES ON BASE AND ALLOW TIME FOR COMMERCIAL VEHICLES TO REACH THEIR DESTINATION BY DRIVING DESIGNATED ROUTES AT POSTED SPEED LIMITS THROUGHOUT THE BASE. PROCEDURES FOR COMMERCIAL VEHICLE ACCESS TO THE BASE ARE SUBJECT TO CHANGE WITHOUT PRIOR NOTICE. 1.12.1. ID Passes, Badges and Vehicle Stickers: The contractor is responsible to obtain such clearances and/or passes as required for his/her employees to enter military installations on Okinawa prior to start to work. The contractor shall be responsible for all passes issued to his/her employees under this contract. Applications shall be coordinated through the Contracting Officer or designated representative. At the time of application, Security Forces may conduct a background check on employees. Upon termination of employment, the contractor shall be responsible for returning identification cards and base passes to Security Forces within 24 hours. 1.13. JAPANESE ROAD LAWS 1.13.1. The contractor shall comply with Japanese Road Laws while on US Military installations to specifically include: Article 43 The Road Law (Japan) (prohibited acts relative to roads). No person shall commit the following described acts: 1.13.2. Damaging the road, causing roads to be littered with debris, polluting the roads with debris or fallout from motor vehicles or otherwise defacing roads unreasonably or without due cause. 1.13.3. Article 43-2 (Measures to be taken to prevent cargo or things loaded on motor vehicles from falling out) 1.13.4. The agency managing a road may when there is reasonable cause for him to feel that items or cargo being carried in or on a motor vehicle may fall out and damage, pollute, or otherwise deface the road in such manner as to hinder or obstruct the traffic, order the operator of the vehicle in question to take steps or measures necessary to prevent occurrence of such hindrance by stopping operation of the vehicle, or correcting the method of loading or traveling or operation of the vehicle. 1.14. REQUIRED INSURANCE (In addition to that required by Japanese Law) 1.14.1. The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance on each vehicle used by the Contractor at the work site. 1.14.2. Type: Automobile Property Damage Insurance Amount: ¥3,000,000 or Dollar equivalent Bodily Injury Insurance Amount: ¥30,000,000 or Dollar equivalent 1.14.3. All vehicles must be properly inspected/insured in accordance with Japanese Compulsory Insurance (JCI) requirements. 1.14.4. Prior to the commencement of work hereunder, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the U.S. Government in such insurance shall not be effective for such period as may be prescribed by the laws of the state in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. 1.15. SUBMISSION OF INVOICES: The contractor shall submit an original copy of invoice in accordance with FAR 52.212-4 to the QCI to the address below: 1/1 ADA BN ATTN: S4 Unit 5140 APO AP 96368 The contractors’ invoice shall clearly state each Contract Line Item Number (CLIN)/SubCLIN by number and the amount invoiced under the current year CLIN/SubCLIN structure, and/or Task Order for services. The QCI will verify that all services have been performed in satisfactory manner and accept services performed by generating, signing, and forwarding an original DD Form 250, Material Inspection and Receiving Report, with the contractor’s invoice to the address in Block 18a, SF 1449 within three (3) working days for payment. Upon certification of the contractor’s invoice, the QCI shall forward one (1) copy of the invoice and DD 250 to the 18CONS/LGCA within three (3) working days for the contract file.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-10-T-0060/listing.html)
- Place of Performance
- Address: 1-1 ADA, Bldg 741, Unit 5140, APO AP 96368, APO, Non-U.S., 96368, Japan
- Record
- SN02267114-W 20100904/100903000931-ad2ea305ffeabd095e6948c3e1ee1b32 (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 |