|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162Directorate Of Contracting, Building 1001, 761st Tank Battalion Ave,
Fort Hood Tx 76544-5059 V -- DISMANTLE, MOVE AND REASSEMBLE HELICOPTER BLADE X-RAY SYSTEM (OKV
MICRO MODEL 200KV) AND PORTABLE X-RAY BUILDING SOL DOLRMD-8205-M001 DUE
090398 POC Sue Everts, Contract Specialist, 254-287-3241; Laura
Eichhorn, Contracting Officer, 254-287-2434 E-MAIL: click here to
contact the Contract Specialist via, evertss@hood-emh3.army.mil. 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. Solicitation DOLRMD-8205-M001
is issued as a Request for Quotations. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-06. This action is set-aside for 100% Small
Business Participation. SEE Note 1. The Standard Industrial
Classification (SIC) code for this action is 3844. The small business
size standard for this action is 500 employees. The type of order is
Firm Fixed Price Order. SERVICES: Dismantle, move and reassemble
helicopter blade x-ray system, and portable x-ray building -- 1 Job.
STATEMENT OF WORK: 1. Move a blade x-ray inspection system and portable
x-ray metal building. 1.1 X-ray system is an OKV Micro Model 200KV,
with a 25' x 50' portable metal and lead building. The system and the
portable building shall be completely removed from Building 7044, Fort
Hood, Texas. The portable metal x-ray building and the OKV Micro Model
200KV x-ray system shall be reassembled and installed at Building
88024, Fort Hood, Texas. Performance will begin on 19 OCT 98. 1.2
INITIAL MOVE: The contractor shall fully test the operation of the OKV
Micro Model 200KV x-ray system over its full range of operating
capabilities and document all tests prior to removal. The tests shall
be conducted with the operation personnel at Fort Hood. The test
results, including any systems failure, shall be provided to Government
employees in writing prior to dismantle of system. 1.2.1 Contractor
shall provide all tools, labor and supervision required to dismantle,
tag, pack, crate and make ready for transport from Building 7044 to
Building 88024, Fort Hood, TX. Transportation of the crated building
and x-ray will be handled by the Government. 1.2.2 Contractor shall cap
all utilities at the wall or back to the main service panel. The fire
suppression will be coordinated with the Government before being
dismantled. 1.3 INSTALLATION: Contractor shall provide all tools, labor
and supervision required for unpacking and reassembling at Building
88024, Fort Hood, TX. 1.3.1 The contractor shall install the x-ray
system utilizing the existing removed wiring, conduit, and pipe. The
contractor shall replace damaged pipe, tube, conduit, and wires. 1.3.2
The Government will provide all utilities within fifteen (15) feet of
the system. Fire suppression system installation will be coordinated
with the Government fire department. 1.3.3 All equipment that requires
permanently mounting shall be secured to the concrete with appropriate
anchor bolts provided by the contractor. 1.3.4 Any door plate hardware
requiring saw cuts to the concrete will be the responsibility of the
contractor. 1.3.5 All safety interlocks shall be fully adjusted,
tested, and verified by the contractor. 1.4 INSTALLATION TESTING. 1.4.1
The OKV Micro Model 200KV x-ray system shall be powered and tested by
the contractor utilizing the same tests as used during the removal
process. 1.4.2 The Government will supply the same test article at both
ends. Test results, to include failure of the system or any part of the
system, to match the original tests, shall be provided in writing to
the Government within 1 week of test completion. 1.5 CONTRACTOR
PERSONNEL. 1.5.1 All contractor personnel shall be U.S. citizens or
have green cards (Immigration and Naturalization Service Card;
Citizenship applied for). The contractor shall submit in writing the
names of all contractor personnel who will be working at Fort Hood
prior to beginning performance. The contractor shall provide all
contractor personnel working at the site a form of visual
identification (i.e., ID badge, contractor emblem, etc.,) which shall
be displayed at all times while at the work site. The ID badge shall
identify each individual as an authorized employee of the contractor.
1.6 WORKING HOURS. 1.6.1 Normal Government work hours, 7:30 a.m. to 4
p.m. Monday through Friday, excluding Federal holidays. Any work hours
outside these hours will require the contractor to reimburse the
Government for 1 person to stay with the Contractor's crew. (End of
SOW) The provision at 52.212-1, Instructions to Offerors -- Commercial,
applies to this acquisition and is incorporated by reference. The
following additional local provisions are applicable and are
incorporated by reference via addendum to 52.212-1: 52-0000-4006 Basis
of Award, 52-0000-4264 Alternate Dispute Resolution Notice,
52-0000-4299 CCR Registration. Offerors will include a completed copy
of the provision at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items, with its offer. Any
clauses/provisions, except 52.212-3, requiring contractor responses
must be completed by the apparent low offeror prior to award. The
clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items, applies to this acquisition and is incorporated by reference.
The following additional DFARS and local provisions and clauses are
applicable and are incorporated by reference via addendum to 52.212-4:
252-242-7000, 52-0000-4147 Contracting Officers Authority,
52-0000-4281 Acceptance of Government Commercial Credit Card,
52-0000-4312 Year 2000 Warranty (Services), 52-0006-4011 Government Tax
Exempt, 52-0006-4044 Maximum Time Required to effect completion of
services is ____________ Days. The clause at 52.212-5, Contract Terms
and Conditions Required to Implement Statutes of Executive Orders --
Commercial Items, applies to this acquisition with the following
additional clauses checked in Paragraph (b) 52.203-6, 52.219-8,
52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37; in Paragraph (c)
52.222-41, 52.222-42 (Equivalent Rate for Federal Hires -- Computer
Programmer -- $12.95 -- Fringe Benefits 20%; Electrician Maintenance --
$14.72 -- Fringe Benefits 20%; Forklift Operator -- $10.65 -- Fringe
Benefits 20%; Heating, Refrigeration and Air Conditioning Mechanic --
$14.72 -- Fringe Benefits 20%; Laborer -- $8.20 -- Fringe Benefits 20%;
Pipefitter, Maintenance -- $14.72 -- Fringe Benefits 20%), 52.222-43,
52.222-44. The clause at 52.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, applies to this acquisition
with the following additional clauses checked in Paragraph (b)
252.205-7000, 252.219-7003, 252.225-7001, 252.247-7024. This
acquisition is subject to Service Contract Act Wage Determination No.
94-2523, Revision 7. Clauses and provisions incorporated by reference
and Wage Determination are available in full text by contacting the
Contract Specialist in the Directorate of Contracting. Offers must be
submitted to the Directorate of Contracting, Building 1001, Fort Hood,
TX 76544-5025 by 3:30 P.M. 3 September 1998. Facsimile bids will be
accepted andmay be sent to (254) 287-5506 or 287-5354. E-mail bids will
be accepted at evertss@hood-emh3.army.mil. Posted 08/17/98
(W-SN237930). (0229) Loren Data Corp. http://www.ld.com (SYN# 0124 19980819\V-0004.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|