Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27, 2001 PSA #2902
SOLICITATIONS

N -- FURNISH AND INSTALL TWO PAIRS OF YKK SWING DOOR PACKAGES

Notice Date
July 25, 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-0230
Response Due
August 11, 2001
Point of Contact
Willie Haney, Contract Specialist, Phone (202) 767-7980, Fax (202) 767-7816, Email willie.haney@bolling.af.mil -- Dana Taylor, Copper Cap, Phone (202)767-8092, Fax (202) 767-7897, Email dana.taylor@bolling.af.mil
Description
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 solicitation is issued as Request for Quotation (RFQ) No. F49642-01-T-0230. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. This is a small business set-aside. The North American Industry Classification System code is 235510 (formerly SIC code 1751). LINE ITEM: 0001 Replace Westside Double Doors, Band Building 2. Contractor shall provide a price breakdown. QTY: 1/JB, UNIT PRICE: $_________. DESCRIPTION/SOW: 1. SCOPE OF WORK: The contractor shall provide all personnel, equipment, tools, materials, transportation, supervision, and other items and services necessary to purchase and install two (2) pair of medium stile YKK swing door packages, electric swing door operators, press plate controls and related hardware. Replace existing manual interior and exterior vestibule doors. Remove and dispose of two (2) existing storefront doors. Prepare interior opening to include all associated framing, drywall, finishing and painting. The location is the Air Force Band Building 2, Bolling Air Force Base, DC. 1.1.The following work description shall serve as general information only, and shall not limit contractor responsibility or obligation, to conform to all state and local laws and in accordance with manufacturer recommendations. The estimated quantities are as follows: One (1) pair 6068 YKK N.S Aluminum Doors w/MP Panics, in a dark bronze anodized finish. Doors shall have weather stripping, door sweeps and aluminum thresholds (Exterior); One (1) pair 6068 YKK N.S Aluminum Doors in a dark bronze anodized finish. Doors shall have weather stripping, door sweeps and aluminum thresholds; Four (4) Hardwire Flush Push Plate Control w/Logo; Two (2) Concealed Aluminum Header, 51-inch to 101-inch Bronze; Four (4) Door Arm Kit; Four (4) Finger Guard; Four (4) Bottom Sentrex Pivot- Beveled (Floor Only); Two (2) MF Dual Control Box; Two (2) BEA Body Guard Safety Sensor; Two (2) BEA Lockout Relay; Four (4) Magic Force Operator (Low Energy); Panic Hardware For Both Doors. 1.2. The performance period shall be 30 days after contractor receives material from the Manufacturer. Starting work dates will be coordinated with government representative for approval. 2. CONTRACTOR REQUIREMENTS: The contractor shall specialize in aluminum storefront and door installation or projects similar to that required in this statement of work. 3. SECURITY REQUIREMENTS: The contractor shall submit names of all personnel assigned on site prior to start of work for base passes and security clearance requirements. 4. SUPERVISION 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. 5. CONTRACTOR EMPLOYEES: The contractor agrees to utilize responsible, capable employees in performance of tasks on this contract. The contractor may be asked to remove persons assigned to this contract if such individual is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. 6. HOURS OF OPERATION: The contractor shall establish a work schedule, which requires work to be performed from 7:30 AM through 4:30 PM, Monday through Friday. 7. GENERAL REQUIREMENTS: 7.1. Existing Interior Doors and Storefront: The contractor shall remove one (1) each storefront and one (1) set of manual doors and replace with one (1) pair of 6068 YKK N.S. aluminum doors package with electric swing door operators, press plate controls and related hardware. Prepare opening to include all associated framing, drywall, finishing and painting. Interior doors shall have clear glass with a dark bronze finish. 7.2. Existing Exterior Doors: The contractor shall remove one (1) pair of manual doors at the existing exterior entrance, and replace with one (1) pair of 6068 YKK N.S. aluminum door package w/MP panics, electric swing door operators, press plate controls and related hardware. Prepare opening to include all associated framing, drywall, finishing and painting. Exterior doors shall have shade tinting with dark bronze finish. 8. PRE-INSTALLATION REQUIREMENTS: Before installation services are started, the contractor shall inspect the work site and ascertain all information necessary to deliver effective performance of the service(s). The Contractor shall notify the Contracting Officer of any conditions that prevent the suitable completion of these services. 9. CLEAN UP AND DISPOSAL: It shall be the responsibility of the contractor to clean up and dispose of any left over material or scraps of any kind. The contractor shall not use any of the installation dumpsters for disposal. All materials removed shall be disposed of by the contractor at an off base site, meeting all local, County, State and Federal regulations. 10. WARRANTIES: The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractor?s expense any defects noted by the Contracting Officer. 11. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship within the specified warranty period. The warranty period shall be one year after the date of completion or the time limit set forth in the manufacturer warranty. 12. GOVERNMENT REMEDIES: The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997) for contractor failure to perform satisfactory services or failure to correct non-conforming services. 13. COORDINATION: The point of contact for all work on this project shall be MSgt Edwards or designated alternate at 767-1257. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.252-1, 52.252-5. Add paragraph (t): 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. The contractor proposal must include the company name, address, payment terms and telephone number. All responses must be received by close of business on 11 Aug 01. A site visit will take place at Band Bldg 2, Bolling AFB, Washington DC on 2 Aug 01 at 1400. Interested contractors should contact Dana Taylor at (202) 767-8092 or Willie Haney (202) 767.8103 for directions and access to Bolling AFB for the site visit. Award will be made on an all or none basis. Offeror must include, with the offer, a completed copy of the provision at FAR 52.212-3. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 apply to this acquisition, specifically the following cited clauses: 52.219-6, 52.252-2, 52.252-6, 252.204-7004, 252.212-7001 (DEV), 252.225-7001, 252.243-7001, and 252.246-7000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, 52.232-33, 52.233-3, 52.237-2, 52.242-15, 52.247-34 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Carpenter, Maintenance, Monetary Wage-Fringe Benefits: WG-9, $16.99-$19.86. Employee Class: Laborer, Monetary Wage-Fringe Benefits: WG-2, $9.52-$11.11. Employee Class: Painter, Maintenance: WG-9, $16.99-$19.86. The Service Contract Act Wage Determination web site is http://www.ceals.usace.army.mil/netahtml/srvc.html. Enter 94-2103 as the Wage Determination Number, then click the Submit Query button. The latest employee classification rates will be displayed. An official authorized to bind your company shall sign the proposal. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can 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.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-01-T-0230/listing.htm l)
Record
Loren Data Corp. 20010727/NSOL001.HTM (D-206 SN50S9Y9)

N - Installation of Equipment Index  |  Issue Index |
Created on July 25, 2001 by Loren Data Corp. -- info@ld.com