MODIFICATION
71 -- Purchase and Install New Omni Wall Systems
- Notice Date
- 2/5/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
- ZIP Code
- 68113-2107
- Solicitation Number
- Reference-Number-F6J00230250100
- Response Due
- 2/10/2003
- Archive Date
- 2/25/2003
- Point of Contact
- Deborah Landmesser, Contract Specialist, Phone 402-294-3738, Fax 402-294-7280,
- E-Mail Address
-
deborah.landmesser@offutt.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Therefore, this synopsis shall serve as a request for quotation, numbered F6J00230250100. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. This requirement is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 337215 and the small business size standard is 500 employees. The government intends to issue a purchase order for the following: Items must be brand new and interface with current omni wall system. Base Clin 0001 2' x 9' cloth covered omni wall panels; Qty 155 EA. Option Clin 1001 Option to purchase additional items as described in Clin 0001; QTY 1 to 600 EA. Base Clin 0002 2' x 9' cloth covered omni wall panels Velcro style, Qty 10 EA. Option Clin 1002 Option to purchase additional items as described in Clin 0002, QTY 1 to 70 EA. Base Clin 0003 omni wall main track channels, 12'-6" long, Qty 40 EA. Option Clin 1003 Option to purchase additional items as described in Clin 0003, QTY 1 to 200 EA. Base Clin 0004 Omni wall floor track channels, 12'-6" long; Qty 40 EA. Option Clin 1004 Option to purchase additional items as described in Clin 0004, QTY 1 to 140 EA. Base Clin 0005 Omni wall panel splines, Qty 165 EA. Option Clin 1005 Option to purchase additional items as described in Clin 0005, QTY 1 to 600 EA. Base Clin 0006 Omni wall doorframes, full height, swings to be specified) Qty 9 EA. Option Clin 1006 Option to purchase additional items as described in Clin 0006, Qty 1 to 70 EA. Base Clin 0007 Pre finished 1 3/4" x 3'-0"x7'-0" doors, solid core red oak, prep for lock set, Qty 9 EA. Option Clin 1007 Option to purchase additional items as described in Clin 0007, Qty 1 to 70 EA. Base Clin 0008 Pair and a half of 4-1/2" x 4-1/2" US 26 door hinges; Qty 9 EA. Option Clin 1008 Option to purchase additional items as described in CLIN 0008, Qty 1 to 105 EA. Base Clin 0009 9' outside omni wall corner units; Qty 8 EA. Option Clin 1009 Option to purchase additional items as described in Clin 0009, Qty 1 to 25 EA. Base Clin 0010 Haul omni wall panels to various areas of Bldg. 500 (4 floors) and Bldg. 501 (3 floors underground); Qty 600 LF. Option Clin 1010 Option to purchase additional items as described in Clin 0010; Qty 1 to 3200 LF. Base Clin 0011 Remove omni wall panels, doors, and all tracks; 270 LF; Option Clin 1011 Option to purchase additional items as described in Clin 0011; Qty 1 to 2000 LF. Base Clin 0012 Install omni wall systems to include door units in various areas of Bldg. 500 and Bldg. 501, QTY 600 LF. Option Clin 1012 Option to purchase additional items as described in Clin 0012, QTY 1 to 3000 LF. Base Clin 0013 Purchase and Install 4" x 9' snap on vinyl cove base, Qty 100 pieces. Option Clin 1013 Option to purchase and install additional items as described in Clin 0013, Qty 1 to 360 pieces. Period of performance will be from contract award until 30 sep 2003. Work to be accomplished in increments as required by USSTRATCOM Facility Manager as set-up and relocations are accomplished. This requirement may have up to eight phases of installation, which may require one to three week delays between phases. Due to the multiple tasking involved to realign systems furniture, some phases of installs may require a 24-hour notice to proceed to another phase of install of the omni wall system. Other delays may accrue due to the world situation or on-going events that may require the contractor to vacate an area and return at a later date. The aforementioned delays shall be formulated into the total price of this requirement. The Government anticipates three delays during installation of wall systems requiring contractor to vacate and return to finish a phase. Please acknowledge all requirements on quotations. FOB destination Offutt AFB NE 68113. Evaluation will be based on technically acceptable low price. The following Provisions/Clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (which includes: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) (Applicable to Service Contracts only); 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) (Applicable to Service Contracts only)); 52.217-6 - Option for Increased Quantity. (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written bilateral modification to the Contractor. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Contractor performance in support of wartime contingency operations: The contractor shall be responsible for performing all or any specifically designated portions of the functions accomplished under this order during any wartime operations. Wartime operations are those actions, including contingency planning, which would be required to support current or any future United States Air Force wartime requirement. Contractor personnel will be advised of those functions, which will be continued during wartime-related contingencies through their involvement in the contingency planning process. Offeror shall include a complete copy of the provisions of FAR 52.212-3, Offeror's Representations and Certifications-Commercial Items with their offer. DFAR 252.204-7004, Required Central Contractor Registration applies. Awards cannot be made to contractors who are not registered in the Central Contractor Registration at time of award. Numbered Note 1 applies. Offers are due no later than close of business Noon Central Time 10 Feb 2003 and quotes must be valid for 30 calendar days after close of solicitation. Address any questions to Debbie Landmesser, Contract Specialist, at (402) 294-3738 or via E-mail to deborah.landmesser@offutt.af.mil.
- Place of Performance
- Address: USSTRATCOM, Offutt AFB NE
- Zip Code: 68113
- Country: US
- Zip Code: 68113
- Record
- SN00253548-W 20030207/030205213431 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |