COMMERCE BUSINESS DAILY ISSUE OF MARCH 21, 2001 PSA #2812
SOLICITATIONS
N -- PROVIDE AND INSTALL AUTOMATIC GATE CONTROLLERS
- Notice Date
- March 19, 2001
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue, Building 5681, Bolling AFB, DC, 20332-0305
- ZIP Code
- 20332-0305
- Solicitation Number
- F49642-01-T-0136
- Response Due
- March 28, 2001
- Point of Contact
- Tanzania Brown, Contract Specialist, Phone (202) 767-7956, Fax (202) 767-7887, Email Tanzania.Brown@bolling.af.mil -- Joanne Hayes, Contract Specialist, Phone (202) 767-7959, Fax (202) 767-7896, Email
- E-Mail Address
- Tanzania Brown (Tanzania.Brown@bolling.af.mil)
- 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 solicitation number F49642-01-T-0136 is issued as a request for quotation (RFQ) and will result in fixed price line items with period of performance being 30 days after award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-23. This acquisition is set aside for small businesses. This NAICS code is 811310, which corresponds with SIC code 7699. The business size standard is $5 million dollars. Wage Determination No. 94-2103, Rev 22, dated 13 Sep 00 can be located at www.ceals.usace.army.mil/netahtml/servcmg/html. In order to be considered responsive, offerors must certify in writing that their proposal meets all requirements set forth in this solicitation, attachment included. Schedule B. Non-personal Services: The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to modify and motorize two existing gates. The project is located at the marina and the RV parking lot on Bolling AFB in Washington DC. The contractor shall perform all operations in accordance with industry standards and the attached statement of work. Line items: 0001 Controller, Secure-Trac Model S.G. card reader automatic gate controller for s sliding gate, link GSL 34 HP sliding gate operator, close timer, two loop detectors, touch plate reader, 350 entry cards, door king model 1818 PC entry system, 1 each, Unit Price: $______, Extended Price: $______. 0002 Controller, Secure-Trac Model S.G. card reader automatic gate controller for a swing gate, two link GSL 12 HP swing gate operators, close timer, two loop detectors, touch plate reader, master slave, door king model 1818 PC entry system. 1 each, Unit Price: $______, Extended Price: $______. 0003 Installation of two door king controllers, 1 job, Unit Price: $______, Extended Price: $______. Description of Requirement/Statement of Work (SOW). 1. GENERAL INFORMATION: The contractor shall provide al plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to modify and motorize two existing gates. The project is located at the marina and RV parking lot on Bolling AFB in Washington DC. 1. Description of Services. The contractor shall perform the following services to modify and motorize two existing gates with the Secure-Trac Model S.G. card reader or better. 1.3 The parts used to modify existing gates must be of like quality and color. Parts and material that are of different color or less quality than existing will not be accepted. 1.4 All main line disconnect boxes to gate motor controllers connection, and materials must be in accordance with local, state, and national electrical code. The electrical shop in 11 Civil Engineers will make the final hook-ups to Government utilities. 1.5 All excavated areas must be replaced with the same type material. Areas of dirt must be re-seeded, or sod used to cover bare areas. Digging permits must be secured before any digging can occur. 1.6 Both gates must be fully functional upon finalization of the contract. 2 CONTRACTOR REQUREMENTS. The contractor shall be fully knowledgeable of all requirements of the contract documents and shall make themselves aware of all job site conditions that will affect their work. 2.2 The contractor shall confirm all given information and advise the contracting officer of any conflicts that will affect their proposal or performance period. 2.3 If discrepancies are discovered between the existing conditions and those noted during the site visit, immediately notify the Contracting Officer by telephone prior to starting additional work. 2.4 All vehicles owned by the contractor shall enter and exist Bolling Air Force Base through the south gate and proceed to the job site by Chappie James Boulevard. The contractor shall submit a list of names of individuals performing on this contract. 11 Security Forces personnel will issue passes at the Visitior_s Center. 3 SUPERINTENDENCE BY CONTRACTOR. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 4 CONTRACTOR QUALIFICATIONS The contractor shall be constantly engaged in the business of fences, gates, and electronic gates. 5. GOVERNMENT FURNISHED SERVIES. The government will okay utilities to support this contract. 6 HOURS OF OPERATION. Hours of operation are from 7:15 A.M. to 4:00 P.M. Monday through Friday. 7. COORDINATION OF WORK. The contractor shall coordinate work schedules with the Contracting Officer or QA personnel prior to starting any work under this contract. 8 SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all applicable local, state, and federal requirements that are safety related. INVOICES. The contractor shall submit itemized invoi8ces reflecting all labor and parts in four (4) copies to 11 CES/CEOEC, 370 Brookley Ave, Bolling AFB DC 20032-6000. No payments will be made until an invoice, with properly acknowledged documentation is received and approved by the Contracting Officer or Government representative. FAR CLAUSES. 52.212-1, Instructions to Offerors Commercial Items is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined most advantageous to the Government. Award will be made on an all or none basis. Offerors shall complete copy of the provision at FAR 52.213-3, Offer Representation and Certifications-Commercial Items and DFAR 252.212-7000, Offer Representations and Certification-Commercial Items is hereby incorporated by reference. Addendum to clause FAR 52.212-4 apply to this acquisition, specifically the following cited clauses are applicable: 52.252-2, and DFAR 252.204-7004. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses are applicable: 52.219-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to the Defense Acquisitions of Commercial Items is hereby incorporated by reference. DFAR 252.225-7001, Buy American Act and Balance of Payments Program is hereby incorporated by reference. WAGE DETERMINATION. Employee Class: Electrician, Maintenance, WG-10@$15.28/$17.83. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. Responses to this solicitation are due by 4:30 P.M. Eastern Time on 28 Mar 01. The proposal shall be signed by an official authorized to bind the company. All offerors must be registered in the Central Contractor Registration to be eligible for award. Contractors an contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http:/farsite.hill.af.mil or www.arnet.gov. A site visit will be held on Bolling AFB on 23 Mar 01. Interested parties should meet in the second floor lobby of building 5681 at 9:30 a.m. Questions concerning this solicitation may be addressed to the Contract Specialist listed below.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F49642-01-T-0136&L=207)
- Record
- Loren Data Corp. 20010321/NSOL001.HTM (D-078 SN50G6M2)
| N - Installation of Equipment Index
|
Issue Index |
Created on March 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|