Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2001 PSA #2938
SOLICITATIONS

56 -- 56 -- METAL DOORS WITH VIEWERS FOR GATEWAY INN, ANDREWS AFB MD TEMPORARY LODGING TO INCLUDE INSTALLATION

Notice Date
September 14, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
ZIP Code
20762-6500
Solicitation Number
FA4416-01-T-0286
Response Due
September 13, 2001
Point of Contact
Penny Messina, Contract Administrator, Phone 301-981-2306, Fax 301-981-1910, Email Messinap@andrews.af.mil
Description
RESPONSE DATE FOR SOLICITATION FA4416-01-T-0286 IS CHANGED FROM 11 SEPTEMBER AT 04:00 PM EST TO THURSDAY 13 SEPTEMBER 2001 AT 12:00 PM EST. (1) METAL DOORS WITH VIEWER, FOR ANDREWS AFB GATEWAY INN, TEMPORARY LODGING FACILITY. Solicitation FA4416-01-T-0286, DUE 7 September 2001, 4:00 p.m. Eastern Standard Time (EST). Point of Contact: Penny Messina, 301/981-2306, Contract Specialist; Sandra E. Foster, Contracting Officer. (2) This solicitation is unrestricted; all responsible sources may submit a proposal. (3) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 , Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information in cluded in this notice. (4) This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation w ill not be issued. Solicitation Number FA4416-01-T-0286 applies and is issued as a Request for Proposal. (5) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circu lar 97-27 and Defense Acquisition Circular 91-13. (6) The North American Industry Code is 332321 and the business size standard is 500 employees. (7) FAR 52.216-1 applies. The Government contemplates award of a firm fixed price supply contract resulting from this solic itation. (8) Contract Line Items (CLIN) 0001: Quantity-60 Each, Item Description: STEELCRAFT, GRAIN-TECH SERIES 3068 Metal Flush Door s with Viewer. Brand Name or equal. Doors are to be Wood grain stainable steel, hollow metal, pre-prepped for 3 hinges and TESA Locksets, stained at the factory to Color Mahogany. Doors to have viewer U 698 B 26D. Customer supplied TESA Lockset s. Installation will require the reuse of existing hinges and existing sweeps. Doors to meet all Safety and Fire Code requ irements for public residential buildings. Door Size: 3 ft by 6 ft 8; Color: Mahogany to match existing decor; Specificat ions: L 18-4 Grain Tech Pre-finish; (CLIN) 0002: Quantity-60 Each, Item Description: Viewer U 698 B26D; (CLIN) 0003: Quant ity 1 LOT, Item Description: DSSI Field Installation Labor of doors with viewers at Andrews AFB (AAFB) Gateway Inn, TLF. Cu stomer (AAFB) to supply the TESA Locksets for the 60 doors; reuse 60 existing hinges; reuse 60 existing sweeps. (9) Please submit proposed prices for brand name or equal. Proposed pricing structure is available in handout available fro m POC stated herein. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. (10) SITE VISIT: A Site Visit to be held 30 August 2001 at 0930 at the Gateway Inn, 1374 Arnold Avenue, Andrews AFB Maryland . (11) Delivery is required within: Approximately 30 days after contract award. Final product to be delivered FOB Destinat ion to: Gateway Inn, 1374 Arnold Avenue, Andrews AFB, Maryland. Acceptance shall be made at destination. (12) Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Adden dum to Paragraph (b)(10), Past performance- Delete entire paragraph. Substitute ?Past Performance will not be evaluated. P aragraph (h), Multiple awards -- Delete entire paragraph. Substitute "Single Award. The Government plans to award a single c ontract resulting from this solicitation." (B) The provision at FAR 52.212-2, Evaluation?Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of wor k, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and fastest deliv ery. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without ma jor rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders?Commerci al Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibitio n on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans o f the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Ve terans and Veterans of the Vietnam Era. (D) The provision at FAR 52.211-6, Brand Name or Equal, applies. (E) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1910 . (F) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a), The following DFARS clause is incorporated by r eference: 252.225-7001, Buy American Act and Balance of Payments. (13) Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be ob tained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212- 7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payme nts Program Certificate. (14) In addition to the above, the following FAR provisions and clauses apply: 52.212-4, Contract Terms and Conditions?Comm ercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.232-11, Extras; 52.245-4, Government-Furnished Property (Short Form). (15) The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contract Registration. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr2000.com, and the toll free number for CCR is 888-227-2423. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach nor does it obligate the Government to pay for any quotation preparation cost. (16) Solicitation Handout will be posted on the electronic bulletin board at the following web site www.eps.gov . Complete d handouts and proposals must be received no later than 4:00 p.m. EST, 7 September 2001. Proposals should be mailed to: 89 CONS/LGCB, 1419 Menoher Drive, Andrews AFB, MD 20762 (ATTN: Penny Messina). Facsimile proposals will be accepted at 301/98 1-1910.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AMC/89CONS/FA4416-01-T-0286/listing.html)
Record
Loren Data Corp. 20010918/56SOL002.HTM (A-257 SN50X6R0)

56 - Construction and Building Materials Index  |  Issue Index |
Created on September 14, 2001 by Loren Data Corp. -- info@ld.com