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