|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#19354th 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
|
|