Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

N -- Bowling Alley Lighting Installation

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-10-T-0041
 
Archive Date
9/24/2010
 
Point of Contact
Quarteeya Garner, Phone: 316-759-4533
 
E-Mail Address
quarteeya.garner@mcconnell.af.mil
(quarteeya.garner@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: FA4621-10-T-0041 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. FA4621-10-T-0041 is being issued as a Request for Quotation, which incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-43. This acquisition is 100% set aside for small business. The NAICS code is 238210 and the size standard is $14,000,000. General: The contractor shall provide all personnel, equipment, tools, supplies, materials, supervision and transportation necessary to install 60 120v Cosmic Effect Lights ranging from 50W-300W into 6 Elation 4 channel digital power pack linked to America DJ light controller for 12 lane bowling center. PERFORMANCE REQUIREMENTS: Installation: The contractor is responsible for all of the following at Tornado Alley Bowling Center: 1. Installation of 26 black light ballist fixtures (48" long and 277V) in ceiling on one electrical circuit with a single light switch located at front counter. 2. Mounting all cosmic lights to existing drop ceiling. 3. Professionally running 14-16 gauge speaker wire to mounted speakers and DMX cables through ceiling to integrate all cosmic lights onto one system to be directed by a light controller installed at front desk. 4. Any electrical work needed to properly install cosmic light show from current 120V outlet configuration in ceiling so the whole system can be powered on and managed from the front desk. Contractor Quality Assurance: The Contractor shall be responsible for the quality of all completed work. The Contractor shall ensure that work performed has been checked for quality, comprehensiveness, and accuracy before being considered complete. Government Furnished Equipment and Facilities: Electricity will be provided for this requirement. Government will ensure work area is free of clutter and debris and area will is ready for installation. Access to Site: The contractor shall coordinate installation passes and parking arrangements with the using agency's facility manager. Contractor is responsible for all applicable local, state, and government permits necessary to complete work. Work Hours and Special Conditions: a. Normal Duty Hours. Normal duty hours shall consist of an eight hour period between 0700 to 1630 hours, Monday -Friday, excluding federal holidays. Any work being completed outside of normal working hours and/or on weekends need to be coordinated through the using agency's facility manager with at least 48 hours before the start of the scheduled work. b. Special Conditions. The Contractor shall provide the work with the least possible inconvenience and interference to the Government. The Contractor shall take all possible precautions to prevent damage to government property. All damaged areas shall be repaired at no additional cost to the Government as directed by the Contracting Officer. The job site shall be maintained to provide a reasonably clean appearance at all times. Contractor Consent to Background Checks: The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center (NCI). NCI checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to NCI background checks. Contractor and subcontractor personnel who do not consent to a NCI check will be denied access to the installation. Information required to conduct a NCI check includes: your full name, address, social security number, date of birth, driver's license number and state and completion of a background check questionnaire. The contractor shall provide this information using the McConnell AFB Form 114, Contractor/Vendor Access List, and shall submit it in conjunction with the contractor's request for either base or vehicle passes. Completion of a successful NCI check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. The coordination of the 114 will be with your contract administrator, Quarteeya Garner, 316-759-4533 or quarteeya.garner@mcconnell.af.mil. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. Contractor Responsibility: None of the above limits the Contractor's responsibility to perform all work and furnish all labor and materials required to accomplish each task or work. Badges: All contractor personnel shall have badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by the contractor and the government. The contractor's identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. Contractor Registration of Vehicles on McConnell AFB: All contractor or subcontractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Additionally, any pass shall be surrendered to Security Forces upon demand to positively identify a person's need to be on McConnell AFB. Award will be made to the Offeror who's proposal is determined to be the lowest price technically acceptable. The following clauses and provisions in their latest editions apply to this solicitation: FAR 52.203-3 - Gratuities. 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.203-6 -- Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the best value for the Government and conforming to the solicitation. 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. FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-1, Small Business Program Reprentations; FAR52.219-28, Post-Award Small Business Program Representation; FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.222-50 Combat Trafficking in Persons; 52.237-2, Protection of Gov't Bldgs, Equip, & Vegetation; FAR 52.247-34 FOB Destination; 52.222-41 -- Service Contract Act of 1965; FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires ($21.21); FAR 52.222-3; Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietname Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.225-1, Buy American Act Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3--Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim. The clause at DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.243-7001, Pricing of Contract Modification; DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFAR 252.225-7002, Qualifying Country sources as Subcontractors; AFFAR 5352.242-9000, Contractor Access to Air Force Installations. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and On-line Registration and Certifications Application at https://orca.bpn.gov/ to be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 pm, Eastern Standard Time 9 September 2010. Offers can be faxed to 316-759-1411 or e-mailed to Quarteeya.Garner@mcconnell.af.mil for questions, please call 316-759-4533.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-10-T-0041/listing.html)
 
Place of Performance
Address: Tornado Alley Bowling Center, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02268109-W 20100905/100903235535-6b48bd866be6d17cdc0b747615f83c35 (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.