|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1997 PSA#1922ESC/PKOP, 104 Barksdale St., Hanscom AFB, MA 01731-1806 Z -- REPLACE SUSPENDED CEILING TILES AND CLEAN GRID SOL
F19650-97-TA-896 DUE 091297 POC SRA Jerry M. Tanner, Contracting
Specialist, 617-377-3362; Rhonda Chavez, Contracting Officer,
617-377-2236. 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; proposals are being
requested and a written solicitation will not be issued. This
soliciation (F19650-97-TA-896) is being issued as an request for
quotation. This document and incorporated provisions and clauses are
those in effect through FAC 90-46 dated 97MAR17. This acquisition is
100% set-aside for Small Business. The work to be accomplished is as
follows. The contractor shall provide all labor, materials, equipment,
transportation, and supervision necessary to replace the suspended
ceiling tiles and clean the grid throughout the main store including
main entrance and exit areas and excluding meat display and deli areas
in building 1614C Commissary, Hanscom AFB, MA 01731. The work to be
performed consists of the following principle features and must meet
all Local, State, and Federal Codes. The contractor shall provide
supervision on the work site throughout the duration of work. Work
shall take place during non-operational hours and any work started
shall be completed one hour prior to operational hours resuming.
Commissary operational hours are Tuesday through Friday, 0900 to 1900
hours (excluding holidays); Saturday 0830 to 1830 hours; and Sunday
1200 to 1700 hours. Any request for changes must be approved and
coordinated through the Contracting Officer 72 hours in advance. All
work shall be completed by 17 October 97. Do to the nature of work and
the location this project will be completed in stages. All work time
shall be scheduled and coordinated in advance. Contractor shall be
responsible for protecting all government property from damage at the
work site. The Contractor will be responsible for government and
personal property damaged during work period. All materials shall be
contractor furnished except where identified as government furnished.
All materials require submittals and shall not be used, nor installed,
until approved by the Project Manager. The contractor shall be
responsible for daily clean-up of the work site, more often as
necessary to maintain a clean and safe working environment. It will be
the Contractor's responsibility to dispose of all waste properly and
legally. The contractor shall be responsible for maintaining a work
site compliant with Occupational Health and Safety Admininstration
(OSHA) regulations. The contractor shall be responsible for the safe
conduct of all his laborers and subcontractors. The contractor shall
follow written manufacturer's instructions for preparation,
installation, etc. The contractor may submit to the Contracting Officer
a product equal to products specified in this Statement of Work. The
Contracting Officer reserves the right to disapprove a product
submitted as "equal" based on quality, composition, and application
comparison. The following work shall be completed is a professional
manner: A. Remove and properly dispose of existing suspended ceiling
tiles. B. Clean all grids so that they are free of all residue and
debris with a general purpose cleaner. C. Install new ceiling tile. At
all sprinkler heads and other protrusion the tile shall be cut and
covered by escutcheons so that no cuts are visible. D. During all work
operations the store property and merchandise shall be protected by
drop clothes and all debris shall be cleaned up and removed. E. The
contractor may store materials and scaffolding and ladders in a
designated area in the Commissary warehouse. During Commissary
operational hours the contractor shall remove all equipment, tools, and
materials from the store area. The following provisions and clauses
aplly to this acquisition: FAR 52.212-1 Instructions to
Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items, the
specific evaluation criteria to be included in paragraph (a) is Price.,
FAR 52.212-3 Offeror Representations and Certifications-Commercial
Items, all offerors shall include a completed copy of this provision
with its quotation, 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-Commercial Items, in
paragraph (b) the following clauses apply;(FAR 52.222-26, 52.222-35,
52.222-36, 52.222-41, and, 52.222-42), FAR 52.204-6 Contractor
Identification Number-Data Universal Numbering System (DUNS) Number,
FAR 52.232-34 Optional Information for Electronic Funds Transfer
Payment, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government
Buildings, Equipment, and Vegetation, and, DFARS 252.212-7001 Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders Applicable to Defense Acquisitions of Commercial Items, in
paragraph (b) the following clause applies; 252.225-7001 Buy American
Act and Balance of Payment Program. A site visit will be held on 15 Sep
97 at 9:30 AM local time at building 1614C. All offers are due to
ESC/PKOP, 104 Barksdale Street, Hanscom AFB, MA 01731-1806 No Later
Than 3:00 PM on 17 Sep 97. For further information please contact SrA
Jerry Tanner at voice-(617)-377-3362. See Numbered Note(s): 1. (0241) Loren Data Corp. http://www.ld.com (SYN# 0173 19970903\Z-0015.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|