Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22, 2000 PSA #2691
SOLICITATIONS

99 -- ISAAF COMMUNICATION TOWER

Notice Date
September 20, 2000
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
ZIP Code
89191-7063
Solicitation Number
F26600-00-Q-Z057
Response Due
September 20, 2000
Point of Contact
Darryl Denis, Contracting Journeyman, Phone 702-652-2099, Fax 702-652-5405, Email darryl.denis@nellis.af.mil -- Randy Cummins, Contracting Officer, Phone 702-652-8329, Fax 702-652-5405, Email
E-Mail Address
Darryl Denis (darryl.denis@nellis.af.mil)
Description
**********REQUEST FOR QUOTATION (RFQ) F26600-00-QZ057 IS RESCINDED IN IT'S ENTIRETY********* This is a combined synopsis/solicitation for commercial supply items with a construction component prepared in accordance with the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; quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-00-Q-Z057) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-19. This acquisition is set-aside exclusively for small business concerns. The SIC code for this solicitation is 3663. Far 19 classifies small businesses as those that have 750 or less employees. Offerors shall submit their quote according to the below mentioned CLIN. Offers are due by 2:30 P.M. (PST) on 19 Sep 00, and can be mailed or hand carried to 99 CONS/LGCV, Attn: SSgt Darryl J. Denis, 5865 Swaab Blvd, Nellis AFB, NV. 89191-7063, or faxed to (702) 652-5405. No e-mailed quotes will be accepted. The contractor shall and provide all labor, tools, parts, materials, transportation and supervision necessary to purchase and install a 50ft galvanized 4-Leg, self supporting tower, manufactured by Valmount/Microflect, or approved equal, to Indian Springs Auxiliary Air Field (ISAAF), NV, located approximately 50 miles north of Las Vegas on Highway 93 North. The following line item is included for this requirement: CLIN 0001 -- Tower, purchase and installation at vicinity of north edge of Tech Pad and Bldg 705, ISAAF, NV: Delivered FOB Destination TO ISSAF, NV 89018 Mfg by: Valmount/Microflect. The tower lot consists of the following: 1 ea _ Model D4-50, 50ft, galvanized 4-leg, self supporting tower to inside climbing ladder; PN 91181 1 se -- Anchor bolts; pn 99434 1 ea -- Top work platform & pedestal interface; PN 91000 1 lt -- Fiberglass handrails around perimeter of the top platform (top rail 36_ above top of platform); PN 91000 2 kt -- Tower lighting kit per FAA/FCC specifications with conduit and wire to tower base (including outdoor controller and photocell); PN 99600 1 st -- Safety climb cable brackets; PN B1083 50 ft- Safety climb cable and guides; PN B1084 1 ea -- Safety climb cable sleeve; PN B1086 1 kt -- Minimum EIA grounding for 4 leg tower meeting National Electric Code guidelines and regulations; PN B1010 2 st -- Installation drawings; PN 99910 2 st -- Foundation drawings for normal soil; PN 99913 1 ea -- Engineering analysis; PN 99911 1 ea -- Certification by Civil Engineer registered in State of Nevada 1 ea -- Obtain all permits required by State of Nevada and Clark County 1 ea -- Installation of slab foundation in normal soil on a level site accessible to a concrete truck. Foundation spoils will be spread around the site 1 ea -- Install minimum EIA grounding 1 ea -- Install Model D4-50_ tower 1 ea -- Install platform 1 ea -- Install safety climb cable system 1 ea -- Install Ground Data Terminal (GDT) antenna & mounting structure at top of tower 1 ea -- Install lighting kits, terminated at the base of the tower 1 ea -- Install minimum EIA grounding 1 ea -- Project mobilization Base maps and soil analysis for tower installation will be made available upon request. All supplies will be delivered FOB destination to ISAAF, NV 89018. Contractor will be responsible for obtaining all permits required by the State of Nevada and Clark County. The product will not be delivered to site until tower is ready for installation and the contractor will notify SSgt Darryl J. Denis at (702)652-9578 at least 2 weeks prior to delivery and commencement of installation. A site visit to ISAAF will be held, if necessary, on 14 Sep 00 at 0900 hrs PST. Please call SSgt Denis at (702) 652-9578 to confirm attendance. Site visit (if necessary) attendance is not mandatory but encouraged. Water and electricity are available at the job site and may be utilized by the contractor, at no cost, in quantities necessary to perform the work herein. Contractor shall be responsible for all temporary connections necessary for operations and for their removal prior to final acceptance of work. The contractor shall work between the hours of 7:00 AM to 4:00 PM, Monday through Friday, excluding federal holidays. Clean up shall be completed no later than 4:00 PM each day. Contractor shall commence work within seven (7) calendar days from the date of award. The contractor shall develop and maintain a Quality Control program to ensure inspections, controls, testing and certification procedures are monitored, and submit copy along with quote. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997), should the contractor fail to perform satisfactory services or failure to correct non-conforming services. Normal work hours are 7:00 A.M. to 4:00 P.M., Monday through Friday, excluding federal holidays. If the contractor desires to work during periods other than above, the request shall be submitted in writing to the Contracting Officer. The contractor shall list the desired dates and identify the work that will be accomplished. The government shall be notified at least three days in advance. Contractor shall maintain close coordination with the government. Whenever work not scheduled is to be accomplished, the Contracting Officer and the technical office personnel must be notified as early as possible. If such notification is not approved in advance, the contractor bears the risk of possible non-payment of work and/or payment for damages incurred. The contractor shall provide a schedule to the inspector/project engineer a week in advance of starting project. The contractor shall provide physical security for the equipment under his control. Contractor can store all equipment not in use at a designated site with the approval of on-site personnel. Damage, loss or theft of such equipment shall be at the contractor's risk. In addition, all work shall be accomplished in accordance with local, state, and federal laws and regulations. There are no waste or disposal areas available on the base. The contractor shall make arrangements at an off-base location in accordance with local and state codes for disposal of waste generated from the site. Contractor shall maintain the site free from debris and trash, and remove such debris and trash daily. Trash or debris shall not be disposed of on the base or any other federal lands, nor shall it be disposed of in violation of any local, state, or federal ordinances. The contractor shall comply strictly with the installation fire regulations and become thoroughly familiar with the fire safety requirements applicable. Contractor shall be responsible for any and all damage to existing facilities, utilities, and property incurred by his work forces or equipment, and shall repair said damages to the satisfaction of the Contracting Officer at no expense to the government. The contractor shall advise the Contracting Officer in writing at least 10 days in advance of any proposed utility shut-off. All outages are subject to the approval of the Contracting Officer. Should the contractor accidentally shut-off a utility, Civil Engineering shall be notified within one hour. The contractor is responsible for damage to utilities and shall make repairs within 24 hours. The contractor shall observe all safety and fire regulations presently enforced at Nellis AFB. The work shall be in accordance with all Occupations Safety and Health Act (OSHA) standards. The contractor shall request a final inspection, in writing, 5 days in advance of the final inspection date. The contractor shall allow for enough time so that all work including final clean up and inspection is completed within the normal working hours identified. The contractor shall be solely responsible for telephone service. The contractor shall clean, sweep, or pick up, as necessary, any debris spilled along haul routes, immediately after passage. Clean up shall be performed to the satisfaction of the Contracting Officer. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this solicitation. The provision at FAR 52.212-2, Evaluation _ Commercial Items, applies to this solicitation and award will be made to the responsive, responsible offeror whose offer represents the best value to the government based on past performance, price, technical acceptability, delivery/installation time and warranty. This solicitation will be awarded using Performance Price Trade-off (PPT) procedures where past performance is more important than price. Past performance will be evaluated in accordance with FAR 15.305(a)(2). Government will consider the currency and relevance of the information, source of the information, context of data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorably or unfavorably on past performance. Past performance and technical acceptability are more important than price. Past performance will be determined by submittals provided by the contractor from at least three commercial or governmental customers, whose services were similar in scope to this requirement; at least two must be from other than Nellis AFB customers. The Government will consider submittals received from the potential contractor, as well as information obtained from any other sources, when evaluating the contractor_s past performance. Submit company_s name, point of contact, and telephone numbers of last three customers to SSgt Denis at the above referenced phone or fax number. The Government will use all available information to assign an overall, subjective rating to the contractor_s past performance. The ratings are as follows: (A) HIGH High probability for successful contract performance (B) MODERATE Moderate probability for successful contract performance (C) LOW Low probability for successful contract performance (D) NEUTRAL No past performance information available Technical acceptability will be determined by Government personnel evaluation. Descriptive literature and specification sheets shall be submitted with the quote. A copy of the commercial warranty shall be submitted with the quote. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representation and Certification may be considered non-responsive. All clauses related to this solicitation are on attached document entitled _Clauses Incorporated._ For solicitations after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Contractors may obtain information on registration via the Internet at http://www.ccr2000.com. Internet processing takes approx. 30 days. The contractor must provide Duns number with all offers. If the Duns number is not known, call (800) 333-0505. You will be provided the number at no charge. Wage Determination No: NV000005 applies to this solicitation. The Request for Quotation, Bid Schedule, Representations and Certifications of Offerors, Clauses Incorporated document and Wage Determination are posted on the Electronic Posting System (EPS) at http://www.eps.gov. The Soil Analysis will be posted by 8 Sep 00. To find these documents look under USAF offices, Air Combat Command locations, 99 CONS, Nellis AFB, NV posted dates, solicitation number F26600-00-Q-Z057. For further information, contact SSgt Darryl Denis, 99 CONS/LGCB, (702) 652-9578, fax (702) 652-5405. **********REQUEST FOR QUOTATION (RFQ) F26600-00-QZ057 IS RESCINDED IN IT'S
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F26600-00-Q-Z057&LocID=885)
Record
Loren Data Corp. 20000922/99SOL005.HTM (D-264 SN499033)

99 - Miscellaneous Index  |  Issue Index |
Created on September 20, 2000 by Loren Data Corp. -- info@ld.com