SOLICITATION NOTICE
71 -- Demountable Walls
- Notice Date
- 9/13/2010
- Notice Type
- Cancellation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- 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
- FA4600-10-T-0068
- Archive Date
- 10/4/2010
- Point of Contact
- Michael J. Breault, Phone: 4022949811, Susan C. Nail, Phone: 4022321447
- E-Mail Address
-
michael.breault@offutt.af.mil, susan.nail@offutt.af.mil
(michael.breault@offutt.af.mil, susan.nail@offutt.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- 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. Solicitation number FA4600-10-T-0068 is issued as a request for quotation. Funds are currently available. Quotations must be good for 30 days after the closing post date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System (NAICS) code is 337215. The business size standard is $14 million. Offutt AFB intends to issue a Request for Quotation (RFQ) for the following items: DESCRIPTION OF SUPPLIES AND/OR SERVICES Please verify that the prices quoted reflect the most competitive pricing available to the Government with regard to this Request for Quote. Parts list for Demountable Walls and Statement of Work are attached to this RFQ. NOTE: ALL ITEMS ARE BRAND NAME. All equipment will either be replacing current equipment or will be incorporated into an existing system and must be fully compatible with all existing walls. Supplies and/or services contained within this RFQ are for delivery FOB Destination to AFWA/SYO, C/O TSgt Petree Buford, 101 Nelson Drive, Offutt AFB, NE 68113. Supplies are of domestic origin unless otherwise indicated herein. No used or refurbished equipment will be accepted. Quotes submitted must adhere to the line item structure contained herein. Quotes submitted in alternative formats will not be considered. Delivery Date shall be 30 days from date of contract (unless otherwise specified within the quotation). At a minimum please include the following information within the Quote you submit in response to this Request for Quote ("RFQ"): 1. Company Name 8. E-Mail Address 2. Street Address/PO Box Number 9. DUNS Number 3. City/State/Zip 10. CAGE Code 4. Web Site 11. Federal Tax ID Number 5. Point of Contact 12. GSA Contract Number & Expiration Date 6. Phone Number 13. "Remit to" Address 7. Fax Number 14. Company Size (Large, Small, 8a, SDB, Emerging Small Business, HUBZone, Veteran Owned, Woman Owned) Please provide an itemization within the Quote you submit that, at a minimum, includes for each item the following information: • Quantity • Unit • Unit Price • Extended Price • Total Amount Necessary warranty/maintenance information included in the Quote must include the following as applicable: • What warranty/maintenance entails (examples: telephone support, 7 days a week/24 hours a day or 5 days a week/8 hours a day; on-site support; mail-in support; next business day support) • Length of warranty, to include start and end dates. • How warranty work is initiated to include POC and phone number if applicable. NOTE: Acquisition must comply with Executive Order (EO) 12845. The EO requires that Government agencies purchase items which meet "EPA Energy Star" requirements for energy efficiency. IMPORTANT INFORMATION! All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the Central Contractor Registration ("CCR") database will make a bidder ineligible for award. In addition, the contractor must have the NAICS code listed above included within their CCR Registration. The CCR website is located at http://www.ccr.gov/. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL BIDS. The clause at 52.211-6 Brand Name or Equal (Aug 1999); 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition along with 52.212-2, Evaluation-Commercial Items (Jan 1999) {price will be the only evaluation factor}; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), FAR 52.212-3 Alt I Offeror Representations and Certification - Commercial Items (Aug 2002), and the clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010); FAR 52.219-1 Small Business Program Representations (May 2004); FAR 52.219-1 Small Business Program Representations Alternate I (Apr 2002); 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); 52.222-25 Affirmative Action Compliance (Apr 1984); 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Jun 2010); 52.232-1 Payments (Apr 2004); 52.247-34 F.O.B. Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviation and Provisions (Aug 1984); 52.252-6 Authorized Deviation in Clauses (Apr 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jun 2010) (Deviation), applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable; 52.219-6, Notice of Total Small Business Aside (Jun 2003) (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O.13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78); 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104 (g)); applies to this acquisition. The following DFARS clauses also apply to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 Alt A Required Central Contracting Registration (Sep 2007); 252.225-7000 Buy American Act - Balance of Payment Program Certificate (Dec 2009); 252.225-7002 Qualifying Country Sources As Subcontractors (Apr 2003); 252.232-7010 Levies on Contract Payments (Dec 2006); 252.243-7001 Pricing of Contract Modifications (Dec 1991); The clause at DFARS 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition (Jun 2010). Additionally, the following DFARS clauses cited in 252.212-7001 are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) (41 U.S.C. 10a.10-d., E.O. 10582); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) (10 U.S.C 2227); 252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002) (10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C 2631); The following AFFARS clauses also apply to this acquisition: 5352.201-9101 Ombudsman (Apr 2010); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003); 5352.223-9001 Health and Safety on Government Installations (Jun 1997). Offers are due by Midnight Central Standard Time, Sunday 19 September 2010. Quotes must be valid for 30 calendar days after the closing post date. Quotes shall be submitted via email to: michael.breault@offutt.af.mil please type the solicitation number (FA4600-10-T-0068) in the Subject Line. Contractors are solely responsible to confirm receipt of their responses. Address any questions to Mike Breault at (402) 294-9811. • LOCAL-BZ (Oct 2009) A. INVOICE SUBMISSION AND PAYMENT ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 1. ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil/. On line training is available at http://www.wawftraining.com unless unable to do so. Use the following data elements to invoice for services or supplies procured via this contract. The award document number is located in the lower right-hand corner. Invoice Type: Invoice and Receiving Report: Combo Description SF1449 DD1155 Located in Block Contract Number 2 1 Delivery Order 4 2 Cage Code 17a 9 Paying Office 18a 15 Inspection See Schedule: INSPECTION AND ACCEPTANCE Acceptance See Schedule: INSPECTION AND ACCEPTANCE Issue Date 3 3 Issue By DoDAAC 9 6 Admin DoDAAC 16 7 Ship to Code 16 7 Ship to Code Extension 15 14 Services or Supplies Based on majority of requirement as determined by monetary value Shipment Number Contractor Shipment Number, Invoice Number (supplies) or period of performance (service). Limitation: 13 characters Final Invoice? Changing "N" (no) to "Y" (yes) will terminate your ability to invoice against this contract and deobligated remaining funds. Change "N" to "Y" for the final invoice ONLY. Send Additional Email Notification To: Finance: Mr. Alvin McCruel, alvin.mccruel@offutt.af.mil Contracting Office: Mr. Michael Breault, michael.breault@offutt.af.mil 2. PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 Contact DFAS-FVB/LI to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System (VPIS), then Non-MOCAS System: then Query by Contract Number, EFT Trace Number, DUNS Number or Cage Code). B. CHANGES TO THIS CONTRACT/PURCHASE ORDER/DELIVERY ORDER The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract must be handled in conformance with public laws and regulations and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. C. CCR REGISTRATION Invoice payment cannot be made if a contractor's Central Contractor Registration (CCR) is inactive. Invoices received from a contractor who fails to maintain active CCR registration are considered to be improper and may be returned. The contractor is responsible to maintain active CCR registration until final payment has been made. CCR registration must be updated and renewed annually. D. DELIVERY/BASE ACCESS REQUIREMENTS Delivery personnel must use the SAC Gate on Capehart Road. Nebraska highway 75 intersects with Capehart Road, the SAC Gate is located approximately 1 mile east of highway 75. Report to the Visitor's Center and call for escort (if needed) to the final destination: POC: TSgt Petree Buford (402) 232-2751 Mr. Mike Breault (402) 294-9811 Delivery vehicles are subject to search by Security Forces personnel. All tools, including assembly tools, must be secured within a toolbox in the trailer of the vehicle and should not be transported on base in the cab of the vehicle. All personnel accessing Offutt Air Force Base will be held to safety/security rules of engagement when entering and while on base. These rules include a ban on weapons to include firearms, loaded or otherwise, and the transport of any explosive material. E. NATIONAL CRIME INFORMATION CENTER (NCIC) BACKGROUND CHECK 1. In addition to the requirements identified in FAR 52.204-9 - Personal Identity Verification of Contractor Personnel and AFFARS 5352.242-9000 - Contractor access to Air Force installations, all contract employees require a positive NCIC background check prior to being granted access to Offutt AFB in accordance with the installation security policy. To expedite this requirement, the contractor shall complete NCIC Data Memo for every employee proposed to perform work under this contract requiring physical access to Offutt AFB. All completed forms will be forwarded to the following POC no later than 3 business days prior to the contract start date: 55 SFS/S5A Mr. Gregory P. Derkatch 198 Butler Blvd. Offutt AFB, NE 68113 Phone: (402) 232-7339 Email: Gregory.Derkatch@offutt.af.mil A memorandum shall be prepared for each follow-on/replacement employee who is not provided with the initial group of employee data. Each shall be provided no later than 3 business days prior to the proposed individuals start date. 2. If an individual is denied a base pass/access to the installation, the contractor is not prohibited from hiring that individual for work on this contract as long as the work entailed does not require the individual to have physical access to Offutt AFB or any of its facilities. Employees who refuse to complete the form will be denied access to the installation. 3. All illegal aliens are considered unauthorized individuals and will be barred from the base. Illegal aliens attempting entry or found on the installation (if incorrectly issued a pass) will be processed as an unauthorized individual and removed from the installation. In addition to notifying the contractor of the illegal alien, the Offutt AFB Security Forces will notify AF Office of Special Investigations, local police and the US Immigration and Customs Enforcement office. Contractors are prohibited from hiring illegal aliens for work on a Government contract and the other Government agencies contacted upon discovery of the illegal may seek corrective and/or punitive actions pursuant to law against the hiring organization if violations occur. 4. The below list, which is be verified every 30 days during contract performance, identifies reasons why an individual, if they are identified during the NCIC check, would be denied access to Offutt AFB: Disqualifiers that would deny contract employee's entry/access to the installation or its facilities: - U.S. Citizenship, immigration status, or Social Security Account Number cannot be verified. - Wanted by federal or civil law enforcement authorities, regardless of offense or violation. - Conviction of firearms or explosives violation within the past three years. - Incarcerated for 12 months or longer within the past three years, regardless of offense or violation. - Conviction of espionage, sabotage, treason or terrorism, murder, sexual assault, armed assault/robbery, rape, child molestation, drug possession with intent to sell, or drug distribution. - Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity. - Any other criminal activity identified on the NCIC check that the Wing Commander determines to be so serious as to pose a possible threat to the safety and security of base personnel and facilities. 5. A 100% Base Pass check is required for all contractors (even if a passenger in an authorized vehicle) and contract vehicles entering the installation. Contractors are not authorized to bring guests or other contract employees onto the installation unless those individuals are personally in possession of a base pass or Government Identification card. F. MOTOR VEHICLE OPERATION ON BASE 1. Contractor personnel are advised that seat belt usage is mandatory at all times on Offutt AFB. Nebraska state law requires the use of restraints in a vehicle. Air Force Instruction 31.204, Air Force Motor Traffic Supervision, prescribes that installation commanders must ensure drivers comply with state and local traffic laws both on and off base. Accordingly, while on Offutt AFB, operators and passengers must wear restraints and may be ticketed by Offutt security personnel for failure to comply. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse affect on your ability to perform your contract. 2. Contractor personnel are advised that Vehicle operators on a DoD installation and operators of Government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited (DoD Joint Motor Vehicle Traffic Supervision Regulation, paragraph 4-2). Using a cell phone while driving without a hands-free device(s) shall be considered a "primary offense", meaning that violators will be able to be stopped and ticketed solely for this offense. "Texting" or "Text Messaging" While Driving by Government Contractors, Subcontractors, and Recipients and Subrecipients on a government installation is highly discouraged. Contractors, subcontractors, recipients, and subrecipients should adopt and enforce policies that ban text messaging while driving company-owned or-rented vehicles or GOV, or while driving POV when on official Government business or when performing any work for or on behalf of the Government. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse affect on your ability to perform your contract. G. ANTI-TERRORISM INFORMATION AND CONSIDERATIONS 1. Base Entry: All contractor vehicles will enter through the SAC Gate and have a proper vehicle search conducted. Exceptions to this policy will be coordinated through the contracting officer and appropriate security forces personnel. 2. Areas Off Limits: The following areas are off limits unless given specific permission, an escort, or work is to be performed in the area listed. Restricted areas, flight line area, General's row, dormitories (Bldgs 324, 326, 365, 367, 400 and 402), Bldg 500 complex, and the Offutt Field House gymnasium. Travel to and from the worksite will be made by the most direct route possible. 3. Force Protection Conditions (FPCONS): FPCONS describe the progressive level of countermeasures in response to a terrorist threat to US military facilities and personnel. Force Protection Condition measures are used to deter terrorist attacks on DoD facilities and personnel by: (1) Varying routines. (2) Being sensitive to changes in the security atmosphere around DoD facilities and personnel. The five FPCONS are defined as the following: (1) Normal: This condition applies when a general global threat of possible terrorist activity exists and warrants a routine security posture (2) Alpha: This condition applies when a general threat of possible terrorist activity against personnel and facilities, the nature and extent of which are unpredictable. (3) Bravo: This condition applies when an increased and more predictable threat of terrorist activity exists. (4) Charlie: This condition applies when an incident occurs or intelligence is received indicating some form of terrorist action or targeting against personnel or facilities is likely. (5) Delta: This condition applies in the immediate area where a terrorist attack has occurred or when intelligence has been received that terrorist action against a specific location or person is imminent. Contractors may be asked to leave the base or not be allowed to enter the base when in elevated FPCONs. For further information concerning FPCONs, contact the contracting administrator or contracting officer for additional guidance. 4. Contractors identified as mission essential, have been briefed on additional duties and responsibilities associated with increased FPCONs. 5. Suspicious Activities/Stolen Equipment: Please report any suspicious activity or stolen equipment to the Law Enforcement Desk at 294-6110. 6. Searches/Spot Checks: During increased Random Force Protection Measures (RAMs) contractors and their equipment are subject to search via RAMs at any time. Spot checks may also be conducted due to RAMs. 7. Identification: Contractor personnel must keep base issued identification on their person while working on base. H. REQUIRED INSURANCE (IAW FAR 28-306(b)) Reference FAR clause entitled "Insurance... "the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. 1. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. 2. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. 3. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. I. SALES TAX Offutt Air Force Base is exempt from paying state and local taxes on purchases that it makes per the United States Constitution. Nebraska Revised Statutes, Sec. 77-2704.02 and Nebraska Sales and Use Tax Regulations 1-12 and 1-72 implement this policy and are applicable to this purchase. The Nebraska Form 13, Nebraska Resale or Exempt Sale Certificate, is applicable to exempt taxes for contracts for services and commodities and labor on construction projects. 55 CONS cannot provide signed Nebraska Forms 17, Purchasing Agent Appointment and Delegation of Authority for Sales and Use Tax, to exempt State taxes for construction contract materials. Therefore, for construction only, per FAR 52.229-3 or 52.229-4, applicable Nebraska State tax costs for materials should be included in the bid/proposal submitted by the offeror/contractor. POINT OF CONTACT INFORMATION If you should have any questions or comments, please contact me at your convenience. Thank you for your time and effort. Mike Breault Contract Administrator 55th CONS/LGCZ 101 Washington Square Building 40 Offutt AFB, NE 68113-2107 Phone No.: 402-294-9811 Email: michael.breault@offutt.af.mil   Parts List Part Number Description Quantity MCVF-38B-3 ADJUSTABLE STARTER 2 INTERSECTION FINISH SIDE "A": METAL FINISH METAL FINISH: LULLED BEIGE INTERSECTION FINISH SIDE "B": METAL FINISH METAL FINISH: LULLED BEIGE STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT LATERAL BRACING: LATERAL BRACING NOT REQUIRED MCVJ-9101 ENCLOSE CEILING TRACK (10FT) 4 MCVJ-9102 ENCLOSE CEILING TRACK TAPE (1 ROLL) 2 MCVJ-9104 9/16" T-BAR AND FLUSH TEGULAR TILE CLIP 20 MCVJ-9120 90° 2-WAY CLOSED SM INTERSECTION CEILING TRACK SPLINE 2 MCVJ-9131 Y-BOLT (LATERAL BRACING AT CEILING) 1 MCVJ-9134 REVEAL CONNECTOR (11FT) 29 MCVJ-9135 HALF REVEAL CONNECTOR (11FT) 1 MCVX-09T ASSEMBLY GLASS WALL PANEL, TR 1 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING NOT REQUIRED STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT GLASS PANE COUNT: 1 GLASS PANE + TRANSOM GLASS PANE MCVA-09T-340 GLASS WALL PANEL, TR 1 FRAMING PROFILE: RECTILINEAR METAL METAL FRAME FINISH: LULLED BEIGE TRANSOM RAIL HEIGHT: 88.59" USER DEFINED TRANSOM RAIL HEIGHT: USER DEFINED MCVK-61-8840 BOTTOM GLASS PANE (BOWP-TR) 1 GLASS PANE TYPE: BOTTOM GLASS PANE (BOWP-TR) GLASS PANE LOCATION: POSITION 1 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVK-46-C40 TRANSOM GLASS PANE 1 GLASS PANE TYPE: TRANSOM GLASS PANE GLASS PANE LOCATION: POSITION 2 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-22T ASSEMBLY REMOVABLE TILE/GLASS/COMBO WALL PANEL,TR 2 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING NOT REQUIRED STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT ELECTRICAL: NO POWER POWER AMPERAGE: NOT APPLICABLE VOLTAGE: NOT APPLICABLE LOCATION COUNT: 0 POWER LOCATION CONVENTIONAL POWER FEED TYPE COUNT: NO FEEDS GLASS PANE COUNT: TRANSOM GLASS PANE TILE COUNT SIDE "A": 1 TILE TILE COUNT SIDE "B": 1 TILE MCVB-22TR-330 REMOVABLE TILE/GLASS COMBINATION WALL PANEL FRAME, TR 2 COMBINATION TRANSITION HEIGHT: 88.59" FRAMING PROFILE: RECTILINEAR METAL METAL FRAME FINISH: LULLED BEIGE USER DEFINED COMBINATION TRANSITION HEIGHT: USER DEFINED TRANSOM RAIL HEIGHT: 88.59" USER DEFINED TRANSOM RAIL HEIGHT: USER DEFINED MCVG-42UN-8830 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 2 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "A" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVG-42UN-8830 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 2 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "B" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVK-46-C30 TRANSOM GLASS PANE 2 GLASS PANE TYPE: TRANSOM GLASS PANE GLASS PANE LOCATION: POSITION 2 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-22T ASSEMBLY REMOVABLE TILE/GLASS COMBO WALL PANEL, TR 1 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING NOT REQUIRED STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT ELECTRICAL: NO POWER POWER AMPERAGE: NOT APPLICABLE VOLTAGE: NOT APPLICABLE LOCATION COUNT: 0 POWER LOCATION CONVENTIONAL POWER FEED TYPE COUNT: NO FEEDS GLASS PANE COUNT: TRANSOM GLASS PANE TILE COUNT SIDE "A": 1 TILE TILE COUNT SIDE "B": 1 TILE MCVB-22TR-336 REMOVABLE TILE/GLASS COMBINATION WALL PANEL FRAME, TR 1 COMBINATION TRANSITION HEIGHT: 88.59" FRAMING PROFILE: RECTILINEAR METAL METAL FRAME FINISH: LULLED BEIGE USER DEFINED COMBINATION TRANSITION HEIGHT: USER DEFINED TRANSOM RAIL HEIGHT: 88.59" USER DEFINED TRANSOM RAIL HEIGHT: USER DEFINED MCVG-42UN-8836 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 1 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "A" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVG-42UN-8836 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 1 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "B" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVK-46-C36 TRANSOM GLASS PANE 1 GLASS PANE TYPE: TRANSOM GLASS PANE GLASS PANE LOCATION: POSITION 2 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-22T ASSEMBLY REMOVABLE TILE/GLASS COMBO WALL PANEL, TR 6 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING NOT REQUIRED STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT ELECTRICAL: NO POWER POWER AMPERAGE: NOT APPLICABLE VOLTAGE: NOT APPLICABLE LOCATION COUNT: 0 POWER LOCATION CONVENTIONAL POWER FEED TYPE COUNT: NO FEEDS GLASS PANE COUNT: TRANSOM GLASS PANE TILE COUNT SIDE "A": 1 TILE TILE COUNT SIDE "B": 1 TILE MCVB-22TR-340 REMOVABLE TILE/GLASS COMBINATION WALL PANEL FRAME, TR 6 COMBINATION TRANSITION HEIGHT: 88.59" FRAMING PROFILE: RECTILINEAR METAL METAL FRAME FINISH: LULLED BEIGE USER DEFINED COMBINATION TRANSITION HEIGHT: USER DEFINED TRANSOM RAIL HEIGHT: 88.59" USER DEFINED TRANSOM RAIL HEIGHT: USER DEFINED MCVG-42UN-8840 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 6 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "A" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVG-42UN-8840 METAL BOTTOM REMOVABLE TILE, NO ACCESS CO 6 TILE TYPE: BOTTOM REMOVABLE TILE TILE LOCATION: SIDE "B" POSITION 1 TILE FINISH: METAL METAL FINISH: LULLED BEIGE MCVK-46-C40 TRANSOM GLASS PANE 6 GLASS PANE TYPE: TRANSOM GLASS PANE GLASS PANE LOCATION: POSITION 2 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-27F ASSEMBLY SINGLE, SLIDING DOOR FRAME W/ GLASS TRANSOM 1 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING CEILING ONLY STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT DOOR FINISH TYPE: WOOD GLAZED DOOR DOOR GLASS PANE COUNT: 1 DOOR GLASS PANE MCVC-27S1-340 SINGLE, SLIDING DOOR FRAME WITH GLASS TRANSOM 1 TRANSOM RAIL HEIGHT: 88.59" FRAMING FINISH: RECTILINEAR METAL METAL FRAME FINISH: LULLED BEIGE DOOR HAND: RIGHT HAND REVERSE USER DEFINED TRANSOM RAIL HEIGHT: USER DEFINED SLIDING DOOR TRACK LENGTH: 80.00" MCVK-46-C40 TRANSOM GLASS PANE 1 GLASS PANE TYPE: TRANSOM GLASS PANE GLASS PANE LOCATION: POSITION 1 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-30FW ASSEMBLY SINGLE, SLIDING WOOD GLAZED DOOR, GT 1 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING CEILING ONLY STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT DOOR FINISH TYPE: WOOD GLAZED DOOR DOOR GLASS PANE COUNT: 1 DOOR GLASS PANE MCVD-30S1-8840 SINGLE, WOOD GLAZED SLIDING DOOR 1 WOOD GLAZED DOOR FINISH: OFFUTT UV OAK MUNTIN QUANTITY: NO MUNTINS BOTTOM DOOR RAIL HEIGHT: 10" (254mm) BOTTOM DOOR RAIL MCVD-33N-8040 MONOLITHIC DOORGLASS PANE 1 GLASS PANE TYPE: MONOLITHIC DOOR GLASS PANE GLASS PANE LOCATION: POSITION 1 GLASS PANE FINISH: CLEAR TEMPERED (6MM), BASE GRADE 0 FINISHED SIDE: SIDE "A" MCVX-32NW ASSEMBLY WOOD/METAL SINGLE,SLIDING DOOR HARDWARE, GT 1 FLOOR DETAIL: CARPET LATERAL BRACING: LATERAL BRACING CEILING ONLY STANDING DETAIL: CEILING HIGH CEILING DETAIL: CEILING CONNECT DOOR FINISH TYPE: WOOD GLAZED DOOR DOOR GLASS PANE COUNT: 1 DOOR GLASS PANE MCVE-32SA-1 WOOD/METAL SINGLE SLIDING DOOR HARDWARE 1 LOCK TYPE: NON-LOCKING (PASSAGE) LOCK HAND (ACTIVE DOOR): RIGHT HAND REVERSE FUNCTION: PASSAGE LEVER: TUBULAR D-PULL LEVER FINISH: 625 BRIGHT CHROME w/ SATIN INSERT CHIMNEY FINISH: NOT APPLICABLE STRIKE FINISH: NOT APPLICABLE SLIDING DOOR TRACK FINISH: LULLED BEIGE PATCH FINISH: NOT APPLICABLE RAIL/HANGER FINISH: NOT APPLICABLE   Statement of Work Demountable Walls Install/Reconfiguration Building 185, Rooms 2320, 2220, L410, L411, L440, L441, L442 Scope: The work covered by this Statement of Work consists of all labor, tools, equipment, transportation, supervision, and materials in performing all work required to install/reconfigure Haworth Demountable Wall products in Building 185. Purpose: a. It is the intent of these specifications to govern the furnishing/installation/reconfiguration of Demountable Wall products for the Air Force Weather Agency at Offutt Air Force Base. b. The successful bidder will furnish all labor, equipment, materials, tools, supervision, and expertise required to install the Demountable Wall system as described herein. c. Each bidder shall submit their own design layout for the rooms along with design recommendations. Minimum Specifications: a. The requirements contained herein are the minimum required specifications and features to be accepted under the resulting contract. b. The bidder may offer additional products or deviations designed to enhance the function of the system. 1. Any differences from the minimum specifications shall be accompanied with descriptions of how the products are different than those specified along with descriptions of how the proposed deviation (s) are equal or better than those specified. Summary of Work: a. The contractor shall furnish all labor, materials, equipment, special tools, expertise, supervision and services required to install the complete and fully operating Demountable Wall system. b. Installation shall be performed under the direct supervision of at least (1) full time factory trained and authorized installation representative, who is an employee of the local authorized contractor. The installation will include new wall panels, doors, etc to construct the new requirements in rooms 2220, and 2320 of Building 185 on Offutt AFB, NE. c. The contractor shall install all items to meet industry and Manufacturer's standards and instructions. Workmanship and products shall be warranted for 10 years. d. The reconfiguration of the in-place demountable walls will be done according to layout design. This will include four (4) offices to be relocated from their current location to the new designated site (see diagram). e. The Air Force Weather Agency is responsible to have the area that the new construction will take place free and clear upon arrival of the system. Products: a. All Demountable Wall parts must be Haworth products. This will allow new requirement to match existing system. b. See parts list (attached) for product nomenclature. c. Product will be shipped within 9-11 weeks upon receipt of Purchase Order. Work Schedule: Working hours for the contractor will be between the hours of 7:00 a.m. and 4:00 p.m., excluding Saturdays, Sundays, and Federal holidays. If the contractor wishes to work during periods other than above, additional Government inspection forces may be required. The contractor must request permission from the Contracting Officer to work during periods other than above sufficiently in advance to allow assignment of additional inspection forces when the Government Construction Representative determines the additional inspection force is reasonably available. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. Pass and Identification /Base Entry: An Air Force Form 75 (AF 75), Visitors Pass is required for all employees and vehicles. The AF75 will be issued IAW OAFBI 31-101, section 8.5.11. The contractor shall ensure the pass and identification items required for contract performance are obtained and renewed (as required) for employees and non-government owned vehicles. Contractors shall access the base using the contractor gate (South entrance) and are subject to vehicle search. Contractors will be responsible for escorting all material trucks required for the project from the contractor gate to the job site and back off base. Escort privileges must be included in the AF 75 request for an individual to be an escort. Contractor Damages: Areas not identified to be removed or worked under this contract that are disturbed or damaged during construction shall be removed and replaced at no additional cost to the Government. Existing Conditions: The plans represent the best available information at the time they were prepared. While every effort has been made to correctly show all major existing items which will affect the work, it is recommended prospective bidders examine the site prior to submitting a bid. The Contractor shall verify all measurements at the site and shall be responsible for dimensions and proper installation of all materials. No additional payment will be made for extra work required by obstacles which were in place and clearly visible at the time of bidding. Final Acceptance Inspection: Upon completion of all of the work, the contractor shall coordinate in writing with the Contracting Officer's Representative for a final acceptance inspection. Prior to scheduling the Final Acceptance Inspection, the contractor shall write a Punch list that shows all work the contractor believes must still be performed, including any remaining items from the deficiency list. The Punch list shall also contain the contractor's expected date of completion for each item and a column for actual completion date. The contractor shall add any items found to be deficient during the Final Acceptance Inspection and forward the Final Punch List to all attendees of the Final Inspection. The contractor shall provide a copy of the Punch list and a list of all AF 75s issued for this contract as attachments when requesting the Final Acceptance Inspection. Location of Work: All work will be performed in Building 185, Rooms 2220, 2320, L410, L411, L440, L441, L442, on Offutt AFB, Nebraska.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-10-T-0068/listing.html)
- Place of Performance
- Address: 101 Nelson Drive, Offutt AFB, Nebraska, 68113, United States
- Zip Code: 68113
- Zip Code: 68113
- Record
- SN02279874-W 20100915/100914000111-2cc4f98b5d26d338531b6f6cfce0f583 (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 |