Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1999 PSA#2433

Department of the Air Force, Pacific Air Forces, 15 CONS, 90 G Street, Hickam AFB, HI, 96853-5230

99 -- REMOVE 142 CYLINDER LOCKS AND REPLACE WITH ELECTRONIC LOCKS AT HICKAM AFB, HAWAII. SOL F64605-99-R0054 DUE 092499 POC Gregory Dennis, Contract Specialist, Phone (808)449-6860x411, Fax (808)449-7026, Email Gregory.Dennis@hickam.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F64605-99-R00 54&LocID=588. E-MAIL: Gregory Dennis, Gregory.Dennis@hickam.af.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, 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) This solicitation is issued as a Request for Proposal (RFP) Solicitation Number F64605-99-R0054. A site visit will be held on 22 Sep 99. All interested parties will meet at the 15th Contracting Squadron, 90 G Street, Building 1201, Hickam Air Force Base at 10:00 a.m. HST. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. (iv) This acquisition is 100% set-aside for small business. The Standard Industrial Classification code is 7699 with a small business size standard of $5,000,000. (v) This synopsis/solicitation contains one contract line item number (CLIN) CLIN0001: Remove 142 cylinder locks and replace with electronic locks. Price will be submitted as a lump sum for 1 job. (vi) The contractor shall furnish all labor, transportation, equipment, and materials necessary to install electronic locks and equipment in four facilities at Hickam AFB in the following quantities: 2 Asylum Lock manufactured by SAR, 39 Elec Cyl Locks manufactured by LOC, 2 Elect Cyl Lockset manufactured by LOC, 1 Elect Exit Hardware manufactured by LOC, 10 Electric Cyl Lock manufactured by LOC, 3 Electric Exit Hardware manufactured by LOC, 4 Electromag Loc manufactured by LOC, 4 exit bar manufactured by LOC, 1 Hookbolt Deadlock manufactured by ADA, 55 Mortise Cylinder manufactured by ASA, 4 Power Supply 510 manufacured by LOC, 13 Timer 6200 manufactured by LOC, 3 Touch Reader TR80 manufactured by LOC, 1 Wrap Around Plate manufactured by DON. An installation plan and a floor plan of the four facilities will be made available to the contractor, after award. Contractor will be responsible for the removal and disposal of all old locks. New locks must be compatible with the existing Locknetics hardware now in use at the facilities. Installation must include customer training with the software to program the locks. Contractor will furnish a catalog or listing of spare parts and accessories. Contractor will provide a work schedule to the Contracting Officer prior to initiating any work. The Contractor shall provide a Contract Manager who shall be responsible for the performance of the work and be available during normal operating hours within one hour to meet on the installation with the Facility Manager or Contracting Officer to discuss problem areas. The Contractor shall obtain 15 ABW Form 0-180, Application for Personnel and Vehicle Passes to work under Air Force Contracts, from the Contracting Officer prior to commencing work. The Contractor shall take all precautions to insure that no damage to private or public property will result from operations. The Contractor shall comply with all Air Force Safety, Fire Prevention, and Occupational Health Standards, as applicable, to protect personnel and resources. Contract vehicles will park in designated Contractor parking or in other parking areas not designated as patient parking. The Facility Manager will direct the Contractor to proper parking areas. The Contractor shall remove from the work site; all equipment and tools, at the end of each workday and the area shall be left in a neat and clean condition. All equipment, computers and furniture will be covered to prevent damage during work. (vii) All work to be performed will be accomplished during normal operating hours, 0730-1630, Monday -Friday unless otherwise agreed upon. Completion of the project shall not take more than 90 calendar days after receipt of the contract. (viii) The provision at FAR 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition without addenda. (ix) A firm fixed price purchase order will be issued based upon the proposal determined to provide the best value, considering delivery time and price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications _ Commercial Items, with offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions _ Commercial Items, applies to this acquisition without addenda. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders _ Commercial Items, applies to this acquisition. The following additional FAR clauses of paragraph (b) are incorporated: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following additional FAR clauses of paragraph (c) are incorporated: 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires which is filled as follows: Classification: Locksmith WG-8, Step 1 Rate: $17.69/HR; and 52.222-44, Fair Labor Standards Act and Service Contract Act _ Price Adjustment. (xiii) The following cited additional FAR and DFARS clauses are applicable to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside; 52.246-4, Inspection of Services -- Fixed-Price; and 252.204-7004, Required Central Contractor Registration. *NOTE: If your company is not registered in the Central Contractor Registration database at the time of proposal submission, award cannot be made to your company. Wage Determination _ Pursuant to the Service Contract Act of 1965, As Amended, Wage Determination No. 94-2153 (Rev. 16), Dated 06/10/1999 will apply to this solicitation/contract. The wage determination can be found at http://www2.hickam.af.mil/cons/resources/index.html. Offerors shall include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items, with offer. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clause of paragraph (b) is incorporated: 252.225-7001. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (xiv) Proposals are to be submitted to 15 CONS/LGCB, 90 G Street, Hickam AFB, HI 96853-5230, no later than 3:00 p.m. HST on 24 Sep 99. All responsible sources may submit a proposal, which, if timely received will be considered by this agency. (xv) Questions concerning this RFP should be addressed to Greg Dennis, by fax at (808) 449-7026 or E-mail at Gregory.Dennis@hickam.af.mil. Posted 09/14/99 (D-SN380106). (0257)

Loren Data Corp. http://www.ld.com (SYN# 0336 19990916\99-0001.SOL)


99 - Miscellaneous Index Page