SOLICITATION NOTICE
S -- 75 ABW Communications Requirements - Proposed Scenario - TAB/K , UFC, and proposed statement of work
- Notice Date
- 2/24/2011
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- FA8201-11-R-0014
- Point of Contact
- Ashton R. Jones, Phone: 8017772807, Diane Davis, Phone: 8017774626
- E-Mail Address
-
ashton.jones@hill.af.mil, diane.davis@hill.af.mil
(ashton.jones@hill.af.mil, diane.davis@hill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Proposed outdoor parts price listing Proposed indoor material price listing Proposed Statement of Work for BPA's TAB K Revised April 2010 UFC 3-580-01 DOD PW Standards Statement of work for Mock Scenario Drawing for Mock Scenario - Please comment if there are problems or confusion. Hill AFB proposes to create no more than five Blanket Purchase Agreements (BPA's) for the 75th Air Base Wing's communications installation of small magnitude requirements. BPA's are expected to have a five year ordering period. The requirements are generally small in scope and can be several times a year. Each call placed against a BPA shall be competed among the BPA's awarded. All responsible sources may submit a quote for this requirement that shall be considered by our agency. Solicitation is expected to be released on 7 March 2011 and close on 28 March 2011. No response is required on this pre-solicitation, no quotes will be accepted from this pre-solicitation. Any questions or concerns can be directed to SSgt Ashton Jones at the contact information listed in this pre-solicitation. Attached is the proposed statement of work for review, two separate parts lists that will need pricing submitted with quotes, and TAB K revised 1 APR 2010/ UFC 3 580 0 DOD PW Standards. All work will be required to conform to TAB K and UFC, along with local and state standards. Contractors must possess all certifications and licenses to perform work IAW this material provided. Also attached is a proposed "mock scenario" for contractors to quote regarding competition purposes. Feedback on the provided documentation would be appreciated. Attached to this scenario is a job specific statement of work and a fake drawing for the requirement. Please route all comments on the fake scenario to ashton.jones@hill.af.mil For the "mock scenario" assume that all ceilings are 8' tall and that each comm drop is accompanied by an electrical outlet 6" to one side of the comm drop. Use the building dimensions to determine the lengths of the runs and assume that there are no obstacles in the ceiling. Contractor must accept Government Purchase Card (GPC) as the method of payment or BPA cannot be awarded to said contractor. GPC is the only available payment method for this requirement due to funding circumstances. Additional parts may be required for individual calls, lists provided are for quote purposes and do not represent a complete parts list for life of the agreement. Provided lists of proposed parts can be adjusted for price variations twice a year. All contractors are expected to provide their wage rates for employees under the following categories; electricians, communications technicians, fiber/copper cable splicer's, heavy equipment operators to trench (backhoe, dump truck, ditch witch, tractor), GPS route surveyor, Program Manager, and laborers. Wage rates are subject to the Service Contract Act, The Davis Bacon Act will only apply to mandatory laborer categories, I.E. Trenching personnel if applicable. No bonds are required for this requirement when Davis Bacon Act applies. Each call for requirements needed shall be competed among the BPA awards resulting from the solicitation. Lowest price found among each call shall be awarded the order and given permission to commence work. Solicitation is expected to evaluate all quotes by the lowest price technically acceptable (LPTA) for each agreement made. Technically acceptable means that the contractor conforms to all of the required attachments, applicable labor standards, work standards, local and state policies, and can achieve job completion IAW provided statement of work - to include a fully operational and tested end product. Price lists provided shall be evaluated on LPTA. All mock scenario responses received will be given a tech eval for acceptibility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-11-R-0014/listing.html)
- Place of Performance
- Address: Order Specific Requirements Location - To include Hill AFB, Oasis Range, and Little Mountain., Hill AFB / Dugway, Utah, 84056/022, United States
- Record
- SN02386712-W 20110226/110224234337-4c85ede934a8037bf567853fe18bfa5a (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 |