Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

Z -- Remove and Replace existing Overhead Door

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D00123306
 
Response Due
2/7/2012
 
Archive Date
4/7/2012
 
Point of Contact
Tiffani Brown, 9073531199
 
E-Mail Address
MICC - Fort Wainwright
(tiffani.a.brown.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes or offers are being requested and a written solicitation will not be issued. W912D00123306 is being issued as a Request for Quote, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-55. This acquisition is RESTRICTED - Set Aside for Small Business. The associated NAICS code for this acquisition is 238290 small business standard size is 500 employees. Line Item 0001: Description: The contractor will provide labor, equipment and materials necessary to remove and replace existing overhead door, size 16' X 16' overhead door. Door shall be compatible with existing industrial electrical opener (Chamberlain Lift Master Professional). All work shall be in accordance with all installation, state, and Federal codes and laws. Contractor must be an authorized and certified individual to perform this requirement. Site Visit will be scheduled and coordinated with prospective contractors that will respond to this solicitation. Awardee will be required to coordinate with and obtain base security access to the installation prior to start of project. DESTINATION: Fort Greely, Alaska 99731. Offerors shall provide a completed copy of FAR 52.212-3, Offerors Representations and Certifications-- Commercial Items, with quotes. Offeror shall include a completed copy of DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate, if applicable or complete this document in http: orca.bpn.gov. A copy of the Offerors Representations and Certifications and Buy American Act Balance of Payments Program Certificate may be obtained http: farsite.hill.af.mil. FAR 52.212-2 Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical capability of the item offered to meet the Government requirement, when compared to price. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Award can only be made to contractors registered in Central Contractor Registration http: www.ccr.gov. The following additional FAR clauses provisions apply 52.203-6, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.225-13, and FAR 52.252-1 and 52.252-2 apply and are filled in to read same website in this document. DFARS clauses 252.204-7004, 52.212-7001 DEV, 252.225-7001, and 252.247-7023, Alt III apply to this procurement. Additional information will be provided in contract. Interested contractors please request for Statement of Work and Item Specifications by providing your email address and Point of Contact. POC for all questions regarding this requirement is Tiffani Brown at (907)353-1199. Offers should be emailed to the ATTN of Tiffani Brown at tiffani.a.brown.civ@mail.mil no later than 1000 HRS AKST 07 February 2012. Note: See Changes below This is an amendment to solicitation number W912D00123306 Remove and Replace existing Overhead Door is changed to include industrial electrical opener (Chamberlain Lift Master Professional) and installing Small sliding door to be placed in the same location, and close to or bigger than size as what exists. See updated SOW below: FIRST OVERHEAD DOOR SPECIFICATION. Revised 1 February 2012 1. The industrial overhead doors shall be R17.50 or more thermal break construction overhead doors installing new industrial electrical opener (Chamberlain Lift Master Professional) installing real cord safety feature to stop door when someone goes under door when closing or opening. 2. 20 GA Continuous Hinge Strip for full Hinge. 3. 26 GA/ Stucco embossed with shallow riblines both sides. 4. Other features for the overhead doors are 1 " broom type door seals at head jamb and side jamb, placing treated 1x4 on sides for furring for the weatherstripping. Use existing 3" industrial rated door track unless bent and only replace the section that is bent. Do replace the bearings. 5. Small sliding door to be placed in the same location, and close to or bigger than size as what exists. (Pictures are available upon request). 6. 8" gum rubber weather seal for the bottom of door. 7. The overhead doors shall be replaced with 16'x16'. 8. Finish painted white Baked Acrylic, both sides.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a99c19e37821aafbb82ec643539463c7)
 
Place of Performance
Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02665126-W 20120203/120201234152-a99c19e37821aafbb82ec643539463c7 (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.