Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1996 PSA#1676

AFFTC/PKA Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB CA 93524-1185

J -- MAINTENANCE OF FIRE SUPPRESSION SYSTEM SOL F04700-96-T-7103 DUE 092796 POC Donna Chesher, Contract Specialist, (805) 277-3900 x2255 John Lemacks, Contracting Officer, (805) 277-3900 x2253. 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. The solicitation number is F04700-96-T-7103. This is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC 90-32 and DAC 91-1. This acquisition is a100% small business set aside. Standard industrial classification code:7382. Small Business Size Standard: $9M. The acquisition includes Contract Line Item Number(s): 0001, remedial maintenance on an on-call basis for an existing fire suppression system at 88 locations on Edwards Air Force Base, California. Period of performance 1 Oct 96 to 30 Sep 97. 0001A, est. 384 hours. Labor to perform remedial maintenance of 88 air conditioning and heating units on an on-call basis. estimated 384 hours plus parts. 0001B, Material. Estimated $18,000.00 plus %. Replacement parts required to perform remedial maintenance. Estimated cost $18,000.00. Contractor is to indicate mark-up over cost for replacement parts. A negative mark-up is acceptable. For delivery to: 412 TW/LGLXXR, Building 1600, 300 E. Mojave Blvd, Edwards AFB CA 93524. A site visit will be held on Wednesday, 18 Sep 96, at 9:00 a.m., meet at the contracting office, Building 2800, Edwards AFB CA. Statement of Work: The contractor shall furnish all materials, labor, equipment and transportation necessary to service and perform remedial maintenance for existing fire suppression systems. The contractor will comply with all Air Force, base, National Fire Protection, federal and state applicable codes. Work to be performed is as follows: repair leaks and replace parts as needed, submit approved drawing for base fire department approval prior to starting work, check all valves and repair as needed, repair and check all fire alarm systems as required for proper operation. Work to be accomplished is located within the 412th Logistics Group Complex, Edwards Air Force Base, California. The hours of work will be from 7:00 a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays. Any government or privately owned property damaged by the contractor shall be replaced or repaired immediately by the contractor at no expense to the government. Water and electricity will be furnished to the contractor by the government from government existing systems outlets at no expense to the contractor. The contractor shall comply with all safety regulations at Edwards Air Force Base and OSHA. The contractor shall be responsible for quality assurance. The assigned government inspector(s) shall evaluate and approve all work accomplished. All excess materials generated by the contractor shall be removed from the job site and disposed of by the contractor. The job site could be located within a restricted area. The contractor shall obtain security clearance for his personnel and equipment by submitting to 412 LSS/LGLXXF, Facilities, the names of personnel, social security numbers, drivers license/vehicle numbers, and copy of current vehicle registration The information is to be furnished one week (seven calendar days) prior to commencing work. All operations within the restricted area shall be in strict accordance with AFFTC Regulation 55-1. Remedial maintenance shall be on an on-call basis with response time not to exceed 48 hours excluding weekends and federal holidays. The total performance period for this job is 1 Oct 96 through 30 Sep 97. FAR provision 52.212-1, Instructions to Offerors--Commercial applies. Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications --Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies. Addenda: 52.222-42, Statement of Equivalent Rates for Federal Hires,Fire Alarm System Mechanic, monetary wage $15.22, fringe benefits $4.87, 52.232-28, Electronic Funds Transfer Payment Methods. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies. Applicable FAR clauses cited in 52.212-5 are: 52.222-6, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-19, European Community Sanctions for Services, 52.222-41, Service Contract Act of 1965, as amended. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. Applicable DFAR clauses cited in 252.212-7001 are: 252.225-7001, Buy American Act and Balance of Payment Program. The Defense Priorities and Allocations System (DPAS) rating is: Unrated . Contact Donna Chesher, fax (805)258-9689, for information regarding this solicitation. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave, Edwards AFB CA 93524, on 27 Sep 96. Telephone requests to be placed on the mailing list will not be honored. (0250)

Loren Data Corp. http://www.ld.com (SYN# 0052 19960909\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page