|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1998 PSA#2095Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF
Academy, CO 80840-2315 Z -- INSTALLATION OF ACRYLIC PANELS IN THE EAVES OF BUILDING 2169 SOL
F0561198T1595 DUE 051898 POC Mr. Don Jewett (719) 333-2734/Contracting
Officer, Mr. John Peters (719) 333-2735 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. This solicitation is issued as a
Request For Quotation (RFQ), solicitation number F0561198T1595. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-4. The Standard
Industrial Classification Number is 1542 and the business size standard
is $17 million. The proposed purchase order here is unrestricted in
accordance with the Small Business Competitiveness Demonstration
Program. Women owned businesses are encouraged to submit proposals. The
Air Force requires the installation of approximately 400 feet of .118
inch thick, smooth, slick, and clear acrylic panels bent at 4 inches
with a 90 degree angle with the remaining 20 inches left on the other
side. These acrylic panels will be securely installed in the uppermost
eaves (90 degree angle at the junction of the pre-cast wall, steel
soffit and columns) and 2 end-corners of the south-side of building
2169, Cadet Field House, using stainless steel anchors in the pre-cast
concrete walls and stainless steel tapping screws in the soffit. There
are 10 bays separated by steel columns. All edges and joints of the
acrylic panels will be sealed with a clear Dow Corning Silicone Sealer.
The area of installation is approximately 50 to 60 feet off the ground
and it is suggested the offeror plan on using a cherry-picker type
piece of equipment for access, but secure scaffolding will be allowed.
The performance period required is for work to begin as soon as
possible after award, but no later than 24 May 1998. Awardee will stop
all installation procedures the entire day of 27 May 1998 to
accommodate cadet graduation ceremonies. Performance will recommence on
28 May 1998 and be finished by 1 Jun 1998. The intent of the completion
of this performance is to have the installation of acrylic panels in
place before the migration and nesting of swallows. A site visit is
highly encouraged and does not require any pre-coordination as this
military installation is open to the general public and the work
required by this synopsis is outside the building. This work is covered
under the Davis-Bacon Act. The following classifications/ hourly
rates/and hourly fringe benefits are provided as those that may be used
on this project: Carpenters/$16.65/$4.20; Power Equipment
Operators/$16.22/$4.41; and Laborers-unskilled/ $10.75/$3.05. Offeror
should review entire "Building" type general wage determination number
CO980002, modification 2 dated 04/09/1998 for applicable
classifications and rates. ALERT: Vendors are STRONGLY encouraged to
use the Standard Form 1449 as the first page of their offer/quote/bid
and completely provide the requested data for all blocks. If you choose
NOT to use the Standard Form 1449, you are cautioned to complete and
provide with your written offer/quote/bid all the data requested by FAR
52.212-1. Failure to do so may render your offer/quote/bid as
non-responsive and may eliminate you from consideration for award.
Contact by telephone either point of contact listed to have a SF 1449
sent by fax to your company. The clause at 52.212-1 applies to this
solicitation with no addenda. The provision at 52.212-2 Evaluation --
Commercial items applies to this acquisition along with the following
addenda: with all offers being evaluated against the following factor
in the descending order of importance: 1) price and 2) past
performance. Past performance will be evaluated to determine if offeror
is responsible and has history of accomplishing similar projects.
Offeror must submit with their proposal references for at least one
similar project completed within the last two years. Price will be
evaluated to determine its fairness, reasonableness, and completeness
as it relates to the project. Awardwill be based upon best value to the
Government and made to the offeror with the lowest price and proven
performance. Offers shall include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items, with its offer. The clause 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies to this acquisition with the
following addendas: delete "(c) Changes" and add "IAW FAR 52.243-5";
"(j) add IAW FAR 52.232-27 and 52.232-5"; add FAR 52.222-4. 52.222-6,
52.222-7, 52.222-8, 52.222-9, 52.222-10, 52.222-11, 52.222-12,
52.222-13, 52.222-14, 52.222-15, 52.225-5, 52.228-5, 52.228-14, and
52.228-13 with these fill-ins: (a) Payment bond or irrevocable letter
of credit, (b) 50% of awarded amount, (c) prior to beginning on site
performance. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial Items
applies to this acquisition. Additional FAR clauses cited in the
clause applicable to this acquisition are: 3, 4, 6, 7, 8, 9. DFARS
252.212-7001, Contract terms and conditions required to implement
status of Executive Orders applicable to Defense Acquisitions of
Commercial items, NOV 1995 applies to this acquisition with the
inclusion of the following DFARS 252.205-7000; 252.225-7012.
Explanatory Note: Offers must be received at Operational Contracting
Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315,
no later than 2:00 P.M. Mountain Daylight Time 18 May 1998. Mr. Don
Jewett (719)333-2734 or Mr. John Peters (719) 333-2735 may be contacted
for information regarding this solicitation. (0131) Loren Data Corp. http://www.ld.com (SYN# 0127 19980514\Z-0008.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|