Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2006 FBO #1662
MODIFICATION

70 -- Mobile Monitor Carts

Notice Date
6/13/2006
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
6090A300
 
Response Due
5/16/2006
 
Archive Date
7/1/2006
 
Description
I. GENERAL REQUIREMENTS A. SCOPE OF WORK. 1. This specification establishes the minimum requirements for the acquisition of all labor and materials required for the installation of twenty (20) Tech Bench Mobile Workstations to be assembled off site, transported and stored in building 256, Robins AFB, GA for the Aircraft Maintenance Group (402 AMXG). The contractor shall be responsible for all items needed for a complete installation based on the typical workstations as specified. 2. The project must support one 40" LCD monitor weighing 62 lbs. Centered 7'6" off the floor (left side display); four 20" LCD monitors weighing 23 lbs. Each in a 2x2 matrix centered 5'6" off the floor (left side display); must include a work bench to support at least two keyboards; must support at least two computers in a well ventilated area; must have wire trays to manage/organize system component wiring; must manually roll around hangar floor (crack, etc.) Without tipping (i.e. low system center of gravity; integration with LCD screen mounting hardware; minimize the potential for FOD (i.e. minimize nuts, bolts, etc. That could come loose during movement; aesthetically pleasing and appropriate for a high-profile communications center; minimize timing (design, quotation, manufacturing, assemble, delivery, etc.) Impact to visual management system installation program. II. CONTRACTOR?S RESPONSIBILITIES. A. GENERAL 1. Provide all materials, labor, equipment, and services necessary for complete installation of the twenty (20) Tech Bench Mobile Workstations. 2. Provide products that are new and free from defects. B. PRODUCT REQUIREMENTS 1. All components and hardware shall be standard items of the same manufacturer unless otherwise noted. C. SUBMITTAL REQUIREMENTS A. GENERAL 1. Written statement within contractor?s submittal package substantiating compliance with requirements as stated in this statement of work. Any deviations from these requirements should be stated and explained. 2. The manufacturer shall provide a written commitment to non-obsolescence, which ensures that all components therein shall not be rendered obsolete by future enhancements to the system. B. PRODUCT LITERATURE 1. One set of installation and operation manuals along with replacement parts manuals will be provided for each workstation. C. MANUFACTURERS WARRANTY 1. A complete copy of the manufacturer?s warranty. D. DELIVERY, STORAGE, AND HANDLING 1. The contractor shall be responsible for the receipt, storage, off-loading, and handling of all materials and supplies until area is prepared for workstation installation. E. INSTALLATION AND SITE PREPARATION 1. All products shall be assembled and installed in strict accordance with the manufacturer?s installation procedures. 2. The equipment specified should be installed in 402 AMXG area stated in the above location, Robins AFB, GA. The vendor shall be responsible for providing all necessary items required for the initial operation and demonstration of the entire system. 3. The contractor shall be the authorized installer for the manufacturer, and shall furnish all labor and materials necessary to assemble and install the equipment. 4. The contractor shall coordinate the inspection/review and installation date with the Government point of contact. 5. The contractor shall conduct a pre-installation meeting with the user and applicable facility, electrical, telephone, and computer personnel to ensure minimum disruption of normal operations during installation. He or she will have examined the installation site to determine the conditions under which the work is to be performed. 6. The contractor shall assume full product liability for damage during shipment to the customer and throughout the installation. The contractor shall be responsible for insuring that the correct parts are ordered and received in good condition. 7. The contractor shall meet the shipment, unload, uncrate, and deliver the product to the installation area. Contractor shall assume full liability for damage until completion of the installation and acceptance by designated Government representatives. 8. The contractor shall be responsible for all electrical wiring from existing power source to connecting power to each installed workstation 9. Normal working hours shall be between 7:00 AM and 4:00 PM local time, Mondays through Fridays with the exception of Government holidays and work curtailment days. Other hours of work may be arranged with the approval of the Contracting Officer at no additional cost to the Government. 10. Contractor shall remove all Styrofoam, plastic bags, and any other trash from cardboard containers. These trash items should be disposed in the nearest refuse dumpster located near bldg. 256. The cardboard containers shall be broken down and recycled in the cardboard recycling dumpster located near bldg.256. Removal of large quantities of waste or cardboard boxes should be coordinated by the Government Representative by contacting 478-926-5820,ext. 189. All of the waste disposal instructions included in this paragraph shall be performed on a daily basis. 11. The contractor shall provide a single point of contact that will be responsible for coordinating all phases of the systems furniture installation. This individual shall be on-site at all times during installation should any problems occur. Any delays or problems should be reported to the 78th CONS/PKP Contracting Squadron Office. 12. A final walk-thru inspection shall be conducted with the installation foreman and using activity after installation has been completed. Any components damaged, missing, or installed incorrectly will be listed and a copy given to the Base Contracting Officer. A suitable time frame for correction of these problems will be allowed. IV. CONTROLLED AREA REQUIREMENTS. This project involves work on Robins Air Force Base, which is a secured military facility. Allow for 45 minute waits for escorts at arrival. Contractor personnel shall obtain proper personnel identification from the Security Police and/or visitor?s gate to be worn at all times within the controlled area. Vehicles used for the delivery of equipment, supplies, or tools which cannot be hand-carried will be admitted if they have a company logo prominently displayed. The Contracting Official shall be notified if contractor requires a pass greater than 3 days. The contractor shall not continuously obtain 3-day passes to gain access to the base. V. ADDITIONAL REQUIREMENTS. A. Under no circumstances shall the contractor use Government equipment or manpower during this installation, i.e., fork lifts, ladders, tools, etc. B. The installation shall start at the time of initial delivery to each area within building 256. VI. TECHNICAL REPRESENTATIVE A. The Contracting Officer will designate the technical representative for the government at the time of contract award. The Contracting Officer is the only person authorized to make changes to the contract on behalf of the Government. B. The on-site government point of contact (POC) shall be Mike Wuolukka, 402 MXSG/MXRILC, 478-926-9689 or Allen Brown, 402 MXW/QPTC, 478-222-3512. Prices should be FOB Destination (Robins AFB GA 31098). The following clauses (current through FAC 2005-03 effective 11 Apr 05) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items ? Jan 05; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or email kyle.ingram@robins.af.mil no later than 20 June 06, 4:00 pm EST. The anticipated award date will be by 23 June 06.
 
Place of Performance
Address: Robins AFB
Zip Code: 31098
Country: US
 
Record
SN01068638-W 20060615/060613220930 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.