Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2008 FBO #2494
DOCUMENT

Z -- INTEGRATED QUALITY CONTROLLED DEMOLITION AND INSTALLATION REQUIRED TO REMOVE AND REPLACE ONE WOMEN'S DRY SAUNA IN DODGE GYM BUILDING 10849 WRIGHT PATTERSON AIR FORCE BASE OH 45433 (WORK SITE) - SOLICITATION FA860108P0103

Notice Date
9/22/2008
 
Notice Type
SOLICITATION FA860108P0103
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA860108T0103
 
Archive Date
12/22/2008
 
Point of Contact
William G. Callaway,, Phone: (937) 522-4539, William G. Callaway,, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil, william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Public Notice (Synopsis) and Solicitation #FA8601-08-T-0103, Integrated quality controlled demolition and installation required to remove and replace one women's dry sauna in Dodge Gym, Building 10849, Wright Patterson Air Force Base (AFB) Ohio 45433 (Work Site) 1. Public Notice of Intent: This Public Notice (synopsis) seeks to improve competition restricted to capable small business sources by advertising Government Requirements in accordance with FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This combined Synopsis F4F3BD8249A003/ Solicitation FA8601-08-T-0103 advertised on FedBizOpps notifies interested small business sources the Government requests fixed price quotations be received not later than 10 AM on September 25, 2008 for this award less than the simplified acquisition threshold of $100K. The applicable U.S. Department of Labor Code is NAICS 339999 with size standard of 500 employees. The suggested small business source is incumbent Hot Spring Spa of Dayton, 6100 Wilmington Pike, Dayton, OH 45459. To be considered eligible for this award, small business firms shall electronically submit fixed price quotations that comply with FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS, FAR 52.212-4 CONTRACT TERMS AND CONDIRTIONS-COMERCIAL ITEMS and all terms and provisions in the attached solicitation. 2. Instructions for submitting Electronic Quotations: This combined synopsis and solicitation requests competitive quotations. As a minimum each quotation shall identify active company DUNS code, CCR code, CAGE code and Federal Tax ID code. Email quotations shall not be sent as an executable file (.exe) or as a zip file (.zip) because information technology security systems for WPAFB computer servers do not all receipt of such files. All quotations are due not later than 3 days after this solicitation is posted (advertised) on FedBizOps. All quotations shall be sent to william.callaway2@wpafb.af.mil, CONS/PKPB, 1940 Allbrook Drive Room 109, Wright-Patterson AFB, OH 45433-5309. Reach Mr. Callaway at phone (937) 522-4539 and FAX (937) 522-4582. The Government reserves the right to award without discussion. Solicitation evaluation (selection) criteria for intended award are best value ( price) with other factors (technical capablities and Past Performance) considered. All information electronically submitted in accordance with these instructions typically will be considered solely for the purpose of determining whether to award without discussions and such determinations are solely at the discretion of the Government. The Government shall not pay companies for any quotations submitted in response to this Government Request For Quotation (solicitation). SPECIFICATIONS QUALITY-CONTROLLED DEMOLITION AND INSTALLATION REQUIRED TO REMOVE AND REPLACE ONE DRY SAUNA IN DODGE GYM, BUILDING 10849, WRIGHT PATTERSON AFB OHIO 45433 (WORK SITE) SEPTEMBER 18, 2008 1. PURPOSE: This specification stipulates delivery line item requirements for one dry sauna. The local agent of Original Equipment Manufactuer (Contractor) shall furnish and electronically request payment for all tools, labor, materials, transportation to remove an existing sauna; deliver; and install a dry sauna at the work site in accordance with this Delivery Schedule. Important Delivery Schedule Instructions to the Contractor and Payment Office (DFAS Columbus) follow. The contractor shall electronically schedule all inspections, acceptances, and performance based payment requests with the Government Acceptor named on Block 15 of Award page 1 not later than 7 calendar days after each phased delivery in below Table 1.0 has been physically completed at the work site. Table 1.0 Contractual Performance Period consists of four Phased Delivery Schedule Line Items. Delivery Schedule Line Item # Description for Phased Payments by Line Item Cummualive Not Later Than Completion Days after Award Date Fixed Price $ 0001 Phase 1 Demolition and Removal of Exiting Dry Sauna Infrastructure 10 $ 0002 Phase 2 Delivery of Manufactured Sauna and Interface Kit 35 $ 0003 Phase 3 Installation of Suana and Kit 45 $ 0004 Phase 4 Certified Punch List Configuration and 5 Year Suana warranty 90 $ Total Price (Value) 1.1 Performance Objectives: To ensure operational availability for five years after installation based on the following 88 Air Base Wing Civil Engineering (CE) certified inspections of the following a) Safety Sustainability (duress alarm); b) Reliability (even heating); 3) Maintainability (guaranteed operational performance standards); and 4) Best Value Ownership (enforceable warranty). 1.2 Delivery Schedule Requirements: The Contractor shall remove an existing gym sauna from the women's locker room including interface wood walls, ceiling materials, benches, door and heaters. a. The Contractor is responsible for all electrical and plumbing disconnects at the work site. b. The Contractor is responsible for providing all dust containment within the work site. c. The Contractor shall remove and dispose of all waste materials and shall provide a refuse container, where applicable. (Important Staging and Storage Notice: The Government shall approve the site location of the Contractor supplied refuse container prior to demolition.) d. The Contractor is responsible for accuracy of their own measurements, however, for bidding purposes the general sauna dimensions are 96"x 96" x 96" recorded in attached drawing. e. Contractor Work Hours shall be restricted to Fitness Center operating hours from Mon-Fri 0600-2000 hrs, Sat and Sun 0800-1800 hours. f. The Contractor is responsible for daily clean up of the work area, to include discarding demolished materials, equipment. g. The Contractor shall include a one-time general cleaning following completion of the project and before the commissioning of the sauna. 2. SPECIFICATION MATERIALS, AND EQUIPMENT: After the Contractor has demolished the existing sauna the contractor shall install a new custom built dry sauna. Contractor shall furnish all installation labor, materials, and functional testing to ensure infrastructure interface utility configuration to ensure reliable electrical heating and and sustainable operation of the sauna at the work site. More specific performance requirements for acceptable sauna components follow. a. Delivered Wood : The Contractor shall deliver and install only clear, grade A, kiln dried, tongue and groove softwood species such as Western Red Cedar, Redwood, Alaska Yellow Cedar, Spruce or Aspen Pine. All lumber used on the interior of the sauna shall not exceed 11% moisture content. (Important Infrastructure Interface Notice: Ceiling and walls shall be tongue and groove paneling systems. ) b. Delivered Insulation Materials: The Contractor shall ensure all wall and ceiling insulating material is sufficient within the gym wall cavity (R- 11 minimum) before installing the wood tongue and groove paneling system. The Contractor shall replace all damaged insulation materials after demolition ends and before installation begins. c. Delivered Door: The Contractor shall install one 36 inch wide door with full length, clear, tempered glass. All door hinges shall be made of either polished stainless steel or polished brass. d. Delivered Benches: The sauna bench material should consist of thick 2"x 2", 2"x 3" or 2"x 4" wood planks, clear of all knots and fastened with screws on the plank underside. Planks spacing shall consist of one half inch to permit air to circulate through the bench. (Note: All benches shall be arranged with an upper tier and lower bench in an L-shaped configuration along two walls.) (1) The lower level sauna benches shall be installed approximately 18" above the suana floor. The upper tier bench shall be installed 46" from the ceiling to allow adequate head space. The top bench shall be installed 18" higher than the lower bench. (2) The top bench shall be a minimum of 24" wide. The bottom bench shall be a minimum of 20" and maximum of 24" wide. e. Delivered Sauna Heater: The Contractor shall: (1) Determine the appropriate output of a suana heater and size the unit in accordance with the cubic volume of the spa room. (2) Install an electrical heater that meets ISO 9001 certification. (3) Ensure a licensed, certified electrician connects and installs the sauna heater to the gym power supply. (4) Deliver only items that adhere to all applicable local and national codes in addition to original equipment manufacturer guaranteed specifications and other information. f. Delivered Suana Controls: The Contractor shall install: (1) A digital thermostatic control for sauna outside of room adjacent to door. The control unit shall include, at minimum, a set temperature, actual temperature, 24-hour time delay, and on/off buttons for interior lights. (2) A Government provided lock box over the existing controls. (3) An instrument within the sauna that displays both the temperature and humidity of the sauna. g. Delivered Sauna Lighting: The Contractor shall install vapor proof, wall mount type, low-voltage lighting, with rough-in box mounted flush with inside wall paneling. The light should mount no lower than 48 inches above the finished floor. Light shall be mounted directly behind directly a backrest. h. Delivered Sauna Ventilation: The Contractor shall ensure design and construction provides sufficient air circulation to sustain evenly distributed heat in the suana. Suana venting shall include an intake vent near the floor, under the heater, and under the door. The Contractor shall determine the appropriate location for an exhaust vent that can maintain required air movement and even heat distribution in the sauna. i. Delivered Sauna Flooring: This specification excludes any repair or replacement of existing sauna flooring. 3. TESTING AND CERTIFICATION: The contractor shall test the dry sauna to ensure the heating system is able to reach and maintain warranty temperature and humidity levels. The Contractor shall deliver one copy of any manual, warranty information, and maintenane instructions to the Government at the completion of this project. 4. EXTENDED WARRANTY: a. Warranty Availability (Quality) Standards: The Contractor shall comply within herein five year warranty all labor and parts to sustain Warranty Quality Repair Service Standards for five years after the Contractor completes installation of the dry sauna at the work site. To ensure sauna availability the Contractor guarantees all sauna equipment response time shall not exceed 48 hours (two days) after notification of each breakdown. Maximum response time of two days shall exclude Saturdays, Sundays and Federal holidays. Problems shall be fully resolved within 120 hours (five additional days) after notification. All repairs, upgrades and modifications will be made at the sauna work site location, during normal duty hours (7:30 am to 4:30 pm) five days a week Monday through Friday (exclusive of Federal Holidays) unless the Government Acceptor approves Contractor work scheudule before starting work. b. Reliability of Sauna heaters and controls: The Contractor shall perform required labor to repair and replace sauna components for five years after the original installation date. As a minimum performance standard, the Contractor shall replace all materials and spare parts for five years. The Contractor shall replace any defective component in sauna heaters and controls for the period of 5 years from the date of installation. This warranty covers faults in manufacture and materials, and includes no-cost exchange of new parts supplied by the manufacturer and the manufacturer's agent. Replacement of parts under warranty shall not extend the warranty period beyond the original five year period. c. Availability and Maintainability. Any time the contractor is unable to meet warranty service standards, The Gym Government acceptor shall be authorized to have sauna repairs performed by a qualified service company of its choice without voiding this warranty.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=64ccd14dc8b3d3e24f47aa6795579234&tab=core&_cview=1)
 
Document(s)
SOLICITATION FA860108P0103
 
File Name: Combined Public Notice (Synopsis) and Solicitation #FA8601-08-T-0103, Integrated quality controlled demolition and installation required to remove and replace one women's dry sauna in Dodge Gym, Building 10849, Wright Patterson Air Force Base (AFB) Ohio 45433 (Work Site) (Combined Synopsis Solicitation FA8601-08-T-0153.pdf)
Link: https://www.fbo.gov//utils/view?id=970ba1467d033d688b544a2ecc4e44b3
Bytes: 1,939.96 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DODGE GYM BUILDING 10849 WRIGHT PATTERSON AFB OH 45433, FAIRBORN, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01678352-W 20080924/080922221051-64ccd14dc8b3d3e24f47aa6795579234 (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.