Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2003 FBO #0538
SOLICITATION NOTICE

41 -- Provide and Install Nominal 2-ton and 5-ton fan coil unit and condensing units

Notice Date
5/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DABK33-03-T-0046
 
Response Due
6/3/2003
 
Archive Date
8/2/2003
 
Point of Contact
Donna Dechert, 210-221-4061
 
E-Mail Address
Email your questions to ACA, Fort Sam Houston
(donna.dechert@cen.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Solicitation Number DABK33-03-T-0046. Site visit is scheduled for 9:00 am CST on 27 May 2003. Contractors wishing to visit the site shall call Donna Dechert at (210) 221-4061. Offers due no later than 3:00 pm CST on 3 June 2003. Applicable provisions of t he contract clauses of the contract will govern work under each section of these specifications. All work shall be in strict conformance with all applicable laws, standards, regulations, specifications and drawings and shall include furnishing all material s, labor, tools, equipment and service necessary and incidental thereto. This is a combined synopsis/solicitation for commercial items prepared according to the format in Subpart 12.6, as supplemented with additional information included in this notice. Th is announcement constitutes the only solicitation to be issued. Drawings to be provided at the site visit or can be picked up at Directorate of Contracting, Contract Administration Division, Building 4196, Fort Sam Houston, TX. Offers are being requested a nd there will be no other written solicitation issued. Responses should reference Request for Quotation Number DABK33-03-T-0046. This document incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 97-02. This is a 100% Total Small Business Set-Aside. The recommended North American Industry Classification System Code (NAICS) for this procurement is 333415 with a corresponding size standard of 750 employees. Contractor shall provide and install two DX split systems a t Building 6143, Camp Bullis, TX. Contractor shall identify, remove and dispose of asbestos containing material, lead based paint, and all other hazardous materials and hazardous waste as necessary to accomplish work under this contract in accordance with installation, local, state and federal regulations. Identification and abatement of asbestos, lead based paint and hazardous materials shall be performed by two separate and distinct entities. Contractor shall be required to coordinate any outages through the contracting office and Public Works Business Center before performing the outage. A 14-day notice will be required. Contractor shall phase all work and coordinate it with the Contracting Officer Representative in such a way as to minimize disruption of normal activities of building occupants. All electrical work shall comply with the requirements of NFPA 70 and NFPA 101, NFPA 90A and NFPA 72 National Fire Alarm Code, and applicable articles of the National Electric Code, the National Electric Safety Co de, the National Fire Codes and local codes, as well as any other authorities that may have lawful jurisdiction pertaining to the work specified. Contractor is responsible for disposal of debris and rubbish in an approved dumpsite out of the boundaries of this installation. Local regulations regarding hauling and disposal shall apply. The Contractor shall perform quality control to ensure that all requirements of the contract are provided as specified. The Contractor??????s Quality Control shall verify t hat all work is timely, complete, performed in accordance with the Federal, State, and Local statutes, codes, and rules and be ready for inspection prior to reporting work as completed to the Government. The Contracting Officer or his or her representativ e will periodically evaluate the Contractor??????s performance to accept or reject work performed. Payment will only be made for work performed, accepted, and invoiced. Contractor shall demo raceway, receptacles, and J-box as shown on drawings. Contractor shall install a nominal two ton fan coil unit and condensing unit, Carrier FGAAA024 and Carrier 38TRA018311, respectively or equal, in the arms storage room. Contractor shall install a nominal five ton fan coil unit and condensing unit, Carrier FGAAA060 an d Carrier 38TRA060311, respectively or equal, in the weapons cleaning room. Installation of these units shall include all electrical work and refrigerant pipin g, drain piping and pipe insulation. Contractor shall install a duct smoke detector in the return of the unit and interface duct detector with existing fire alarm panel. Contractor shall install a manual selection switch and shall interlock exhaust fan and outdoor air damper actuators in arms rooms with split system such that either only the air conditioning or the exhaust system shall operate. Contractor shall power and test unit with Government personnel present. Contractor shall have a hot weld permit b efore any soldering or welding is done. Contractor shall be required to provide all labor, materials, and supervision required to conform the requirements of 29CFR 1910, 29CFR 1926, and FSH Regulation 385-10 Safety Program. A Safety Work Plan shall be com pleted by the Contractor and provided to the Contracting Officer for approval prior to performance. Fire Department phone number at Camp Bullis is 221-7514. Report all accidents to the Safety Office at 221-0630 and to the Contracting Office. Contractor sha ll provide the Contracting Officer with a list of all personnel that will be working on this project. Contractor vehicles, property and equipment are subject to Government inspection at all times while on the installation. Contractor shall provide as built s for all work performed under this contract consisting of drawings submitted for approval with all changes documented. Performance period is 30 calendar days after receipt of order. Submittals required are a Safety Plan, Air Conditioner System Manufactur er Literature, Sheet Metal Ductwork, and Insulation. The following FAR provisions apply to the acquisition: FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52-212-4, Cont ract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercials Items; and FAR 52.219-6, Notice of Total Small Business Set-Aside. The following clauses cited in FAR 52. 212-5 are applicable to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52 .222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52-222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52 .225-1, Buy American Act-Supplies; FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act, Alternate I; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; an d FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://farsite.hill.af.mil. FAR Clause 52.212- 3 must be completed and included with offer. Mail offers on company letterhead to the Directorate of Contracting, Contract Administration Division, ATTN:Donna Dechert, 2107 17th Street, Building 4197, Fort Sam Houston, TX 78234-5015.
 
Place of Performance
Address: ACA, Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00326865-W 20030521/030519213526 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.