|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411U.S. Department of Energy, Nevada Operations Office, P.O. Box 98518,
Las Vegas, NV 89193-8518 N -- PROVIDE AND INSTALL PUBLIC ADDRESS SYSTEM SOL DE-RQ08-99NV13632
DUE 091399 POC Diane Rodriguez, Purchasing Agent, (702) 295-1080;
Beverly Colbert, Contracting Officer, (702) 295-1466 WEB: click here to
go to website, http://www.nv.doe.gov/business/procurement/solicit.html.
E-MAIL: click here to contact the Purchasing Agent,
rodriguez@nv.doe.gov. (i) This is a combined synoposis/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.
(ii) The solicitation number is DE-RQ08-99NV13632, REQUEST FOR
QUOTATION (RFQ). (iii) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-12. (iv) This solicitation is 100% set-aside for small
businesses. The Standard Industrial Classification Code is 1542. Size
Standard is $17M (average of total sales over three years can not
exceed the size standard specified). (v) The contractor shall provide
all materials, labor, and transportation necessary to provide a 125
unit Public Address (PA) System in the Nevada Support Facility (NSF),
in accordance with the approved Title II drawings (see website;
drawings are in AutoCad v.13). (vi) The following is the specification
for the installation of the PA system units: -Install 125, 10 watt, 70
volt ceiling speakers; -Install 125 electrical boxes for the speakers;
-Connect the PA system in with the telephone system. The PA system
must be able to be activated from the Security Access Control Station
in the main lobby of the NSF, and from the Executive Secretary's
Station in the Manager's Office [Wing 2D](via the telephone system);
-Install 12, 60 watt amplifiers; -Install 12, control modules for
amplifier (1/zone); -Core drill at communication closets and outside
smoking areas; supply 3/4 in. diameter conduit with supports; -Add
pullboxes; seal conduit openings; -For the secured wings each speaker
must be grounded. All construction will follow the approved Title II
drawings. The PA system is to be installed in the general employee area
of the building excluding the enclosed offices and conference rooms.
The design and installation must include stubbing to allow for
expansion to the enclosed offices and conference rooms at a later date.
All work will comply with the NSF Hazard Analysis and the DOE
LOCKOUT/TAGOUT procedures, and OSHA General Industry Standard 1910.132.
Mobilization will occur based on the contractor schedule. The NSF is a
secured facility and requires a DOE/NV sign-in and/or escort for any
work to be done. The point of contact (POC) will be the DOE Lead
Project Engineer, Engineering & Assest Management Division (EAMD).
Coordination with the POC is required prior to the contractor's arrival
to perform work in order to avoid delays in gaining access to the NSF.
If the contractor does not coordinate with the established POC prior
to arrival at the NSF and access is denied, the Government will not be
liable for the costs of that trip (see website for NSF Hazard Anaylsis
and DOE Lockout/Tagout procedures). Contractor is required to provide
as-built drawings as soon as practicable after completion of the
installation of the system. Acceptance of the PA system will take place
after the contractor has demonstrated to the Government that the PA
system is completely operational. (vii) Delivery Point for PA system
and installation is the NSF at 232 Energy Way, North Las Vegas, NV,
89030. Acceptance will be at destination. Delivery date will be based
upon offeror's proposed completion schedule. (viii) The FAR provision
52.212-1, Instructions to Offerors -- Commercial Items (JUN 1999),
applies to this acquisition and the following addenda to the provision
paragraphs: (b)(4) In addressing the technical portion of this RFQ,
the offeror must provide make/model of PA system components to be
provided and how they plan to accomplish work; schedule; bill of
materials; and labor plan. (b)(11) An SF 1449 is not included in the
solicitation. Please go to the website identified below for a copy of
the SF 1449 which must be signed and returned with quote. (ix) Refer to
provision at 52.212-2, Evaluation -- Commercial Items(JAN 1999): the
evaluation factors are technical approach, past performance and price.
Technical approach/past performance when combined are equal in value
to price. (x) Offeror is to complete and return provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items (JUN
1999)[go to website for copy of the clause] (xi) The clause at
52.212-4, Contract Terms and Conditions -- Commerical Items (MAY 1999)
is applicable to this solicitation. (xii) The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes and
Executive Orders -- Commercial Items (MAY 1999) is applicable as
amended. (go to website for copy of the clause) (xiii)-(xiv) N/A (xv)
Numbered Note 1 is applicable. (xvi) JOB-SITE TOUR is scheduled for
September 1, 1999, at 10:00 a.m., at the NSF. No other tours will be
offered. Please fax your attendance request to (702) 295-5305, Attn:
Diane Rodriguez. The offeror will not be able to tour the job-site if
he/she has failed to make reservations. QUOTES are due by September 13,
1999, at 4:30 pm, pacific standard time, at 232 Energy Way, North Las
Vegas, NV, 89030, for handcarried or courier delivered packages, or
P.O. Box 98518, Las Vegas, NV, 89193-8518, for packages arriving by
USPS, to the attention of Diane Rodriguez. (xvii) Any questions can be
referred to Diane Rodriguez, Purchasing Agent, at (702) 295-1080.
Posted 08/13/99 (W-SN367810). (0225) Loren Data Corp. http://www.ld.com (SYN# 0062 19990817\N-0001.SOL)
N - Installation of Equipment Index Page
|
|