Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935

4th Contracting Squadron, 4 CONS/LGC, 1695 Wright Ave, Seymour Johnson AFB, NC 27531-2459

Z -- REPAIR HANGAR DOORS, BLDG4909 SOL F31610-97-Q0800 DUE 092597 POC Steve Elliott 919/736-5711 Ext 238 E-MAIL: Contracting Officer, elliotts@lgc4.seymourjohnson.af.mil. This is a combined synopsis/solicitation for commercial services 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. Interested parties contact Steve Elliott 919/736-5711 (fax 919/736-5714) for further information. Request for Quotation, solicitation # F3161097Q0800. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. This is a full and open procurement under SIC 7349, Building Maintenance Services, nec. There are eight (8) contract line items. CLIN 0001 Demolition and removal of existing electric feed rail system. CLIN 0002 Installation of (14) fourteen each conductor power rail systems. CLIN 0003 Installation of (16) sixteen motor control cabinets (NEMA 12). CLIN 0004 Installation of (32) thirty two remote push button stations (NEMA 12). CLIN 0005 Installation of new power and control conductors for complete wiring system (16 doors). CLIN 0006 Installation of safety edge devices. CLIN 0007 Mechanical repair and lubrication. CLIN 0008 One year warranty on parts and workmanship. Description General: This statement of work (SOW) defines the performance requirements for a vendor to provide hangar door electrical repairs to include the furnishing of all necessary parts and labor install a new electric feed rail system in building 4909, ensuring a fully functional and operational electrically operated hangar door at completion of the project. Background: The hangar doors on Bldg 4909 are currently inoperative from a mechanical standpoint (electrical opening and closing devices are inoperative) and are being opened and closed manually using 916th ARW personnel and/or equipment such as a forklift to operate. This statement of work (SOW) describes the requirements and nature of repair. Project Description: The repairs must consist of the demolition of existing rail system(s) and the repair/replacement of the rail system and all associated electrical/mechanical work ensuring the proper and safe mechanical operation of the aircraft hangar doors. Demolition and removal of the existing rail system is to include, push button stations, limit switches, alarm bells, motor control cabinets and safety edges, as well as existing power and control conductors from conduit on hangar doors (conduit to remain). Installation of (14) fourteen each conductor power rail systems shall include: power rail will be non-corrosive PVC housing with continuous copper conductors rated at 600 volt, 80 amperes with housing sealed to protect from weather and foreign objects. Installation of (16) sixteen motor control cabinets (NEMA 12) shall include: inter-lock safety switch(es), reversing motor starter, time delay relay, safety edge relay, control transformers, control relays and field wiring terminal strip. Also included is the installation of (4) four each dual contact collector trolleys rated at 600 volt, 70 amperes. Installation of (32) thirty two remote push button stations (NEMA 12) shall include: oil tight full guard open/close push buttons and contact blocks as well as the installation of (32) thirty two heavy duty precision oil tight limit switches (type C) with adjustable lever arms for control of open/close door travel and installation of (4) heavy duty precision oil tight limit switches (Type C) with adjustable lever arms for personnel door inter-lock. Inter-lock limits will disable door control circuit and prohibit door travel when personnel door is open or ajar (only prohibit travel of leaf with integral personnel door. Installation of new power and control conductors for complete wiring system (16 doors) shall include: All conductors shall be copper with THHN/THWN insulation and sized in accordance with the latest edition of the National Electrical Code (NEC) This installation includes conduit for new electric safety edge conductors. Installation of safetyedge devices includes: Installation of (60) sixty fail safe electric safety edges on interior/exterior, leading/trailing edges of door to approximately 20 foot AFF activation of safety edge will stop door travel and require opposite direction travel before proceeding in original direction and installation of (16) sixteen vibrating alarm horns on interior door leaf. Mechanical repairs and lubrication shall include: lubrication of (32) thirty two bottom wheels and replacement of grease fittings; lubrication of (48) fourty-eight top guide rollers, (16) sixteen pillow blocks, and lubrication and adjustment of (16) sixteen drive chains. This also includes the repair of (16) clutches (replacement of broken parts as required -- not separately priced) and installation of steel angle on (4) doors to facilitate safety edge mounting (angle will extend approximately (10) ten feet AFF). A one year warranty on parts and workmanship to begin at time of full Government acceptance of the services is required. All work must be performed in a manner and in accordance with the latest edition of the National Electrical Code. Vendor will be provided with access to one complete opening at a time, and must complete installation on that one opening before moving to the opposite side of the hangar. Vendor will be provided with a minimum 30 foot clear zone parallel (both interior and exterior) to the hangar doors that will remain "obstruction free" throughout the period of performance. Vendor will be provided an area for material and equipment storage and a dumpster. All removal of refuse and/or hazardous materials will be the responsibility of the vendor. Lastly, the vendor shall prepare a plan showing the vendor's proposed method of installation for all aspects of the job (including equipment location) and submit this plan with the vendor's proposal. Vendors are requested to include pictures and drawings of the proposed work in sufficient detail as to allow the Contracting Officer to conceptually grasp the final appearance of the repairs. The Contracting Officer's award of a contract to the successful vendor shall be evidence of approval of the vendor's plan, system equipment, and the proposed repairs. The vendor will provide a copy of the final as-built drawings or schematics to the Contracting Officer upon completion of the contract. Any changes or modification to the contract, to includes the vendor's plan or system equipment, must be approved by the Contracting Officer. After completing installation, provide hands-on familiarization training on operation and maintenance (up to 4 hours) to two Air Force personnel. Leave all hardware, software, and/or system commercial manuals and licenses with the Contracting Officer. 4. System Requirments: The vendor repaired system must be fully functional and operational upon completion of the project as determined by a Government inspector and shall meet the following requirements: All furnished parts, equipment and supplies shall be new. Vendors submitting proposals shall include as an integral part of their proposal a list all necessary parts, equipment, and supplies. The warranty shall be in compliance with standard commercial practices. The doors are located where they are exposed to high humidity and extreme seasonal weather variations. Vendors must address climatic considerations which are necessary to ensure adequate protection of all electric/electronic work from the elements. Specifically, all repairs must be designed and installed to operate in all seasons, 24 hours a day, 365 day a year. Definitions, Standards and Objectives: a. Survivability: Ability to operate 365 days per year, 24 hours per day, in all seasons, under typical regional weather conditions. b. Durability: The repairs shall be accomplished with materials suitable to prevent damage from normal use and wear, and shall have a finish capable of protecting materials/ equipment from the environment. c. Reliability: The system shall consist of components manufactured by reputable producers and recognized as high quality products based on commercial consumer journal ratings. d. Delivery: Receipt by the government, of a fully functional and operational hangar door system at FOB destination. Standard: Repairs as specified in CLINS 0001 through 0007 shall be completed not later than 60 days ARO. Early delivery will be evaluated on a basis of best value to the government. 5. Task Requirements: Timeline for this acquisition: Within 60 days of contract award deliver a fully functional and operational electrical/mechanical operational hangar door system to the Contracting Officer. No later than 1 Dec 97 all vendor work must be complete. The vendor must provide all materials, equipment, and labor to install a fully operational system. Specific tasks include, but are not necessarily limited to: 5.1. See Paragraphs 3.0 through 3.13 above. 6. Qualifications: The vendor must have the demonstrated capability in repairing aircraft hangar door systems. Date of delivery is December 1, 1997; Place of Delivery and Acceptance is Bldg 4909, Seymour Johnson AFB, NC 27531. Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995) is hereby incorporated by reference. Offerors are reminded to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics, and terms of expressed warranties. Offerors are afforded the opportunity of a site visit prior to the closing response date. Interested parties are encouraged to submit multiple proposals which provide alternative means to meet the requirements stated in the SOW. Each proposal must be capable of being evaluated independently. Each proposal should include a complete description of the repairs, system configuration, and/or capabilities. Offerors must submit three references for previous projects showing successful work and related experience. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items (OCT 1995) is hereby incorporated by reference. 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. The following factors shall be used to evaluate offers: technical capability, past performance, delivery schedule and price. Technical capability, past performance, and delivery are equal in weight; price is the least significant evaluation factor. Best value components consist of past performance, delivery, durability, and features relative to price. Each of the best value factors will be evaluated to determine best overall value to the Government through an integrated assessment considering tradeoffs between price and the best value factors. All other evaluation factors will be evaluated on a pass/fail basis. Technical factors include: survivability, durability, and reliability as defined in paragraph 4.4. Past performance factors include: experience with similar work, overall assessment given by submitted references, compliance with warranty terms, and timeliness of delivery. Price factors include: installed repaired. Offerers are reminded to address all evaluation factors in their proposals. Any features or technical offerings that enhance the repairs will be considered using the best value methodology. The Government reserves the right to evaluate and give evaluation credit for proposed features that are either in addition to the stated minimum requirements or that exceed the stated repairs. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997) and 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995) with its offer. Contact our point of contact for full text if necessary. Clause 52-212-4, Contract Terms and Conditions -- Commercial Items (MAY 1997), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222.35, 52.222-36, 52.222-37, and 52.247-64. Additional Contract Terms and Conditions applicable to this procurement are: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 1997) is hereby incorporated by reference, the following paragraphs apply to this solicitation and any resultant contract 252.247-7023, 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition Regulation Supplement (DFARS) clauses: 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 1991) and 252.225-7003, Information for Duty-Free Entry Evaluation (AUG 1992). Additional Federal Acquisition Regulation (FAR) clause: 52.222-6 Davis-Bacon Act (FEB 1995) is effective only if the cost of labor using the trades engaged in construction as defined in Division C of the Standard Industrial Classification Manual are expected to exceed $2,000, If Davis-Bacon is applicable, General Wage Decision Number NC970053, dated 4/4/97 applies. Wage rates are available via subscription to NTIS Fed World On-Line Service, otherwise contact Steve Elliott for wage rate information. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is: unrated. There are no applicable Commerce Business Daily numbered notes. Signed and dated offers must be submitted to 4th Contracting Squadron, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC 27531, ATTN: Steve Elliott not later than 3:00 PM (EST) 26 Sep 1997. Contact Steve Elliott at 919/736-5711 ext 238, fax 919/736-5714, or e-mail elliotts@lgc4.seymourjohnson.af.mil for other information. (0261)

Loren Data Corp. http://www.ld.com (SYN# 0106 19970922\Z-0009.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page