SOLICITATION NOTICE
J -- Display Walls
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (Base Contracting), OC-ALC/PKO 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106
- ZIP Code
- 73145-9106
- Solicitation Number
- F7MADW3154-0100
- Response Due
- 6/27/2003
- Archive Date
- 7/12/2003
- Point of Contact
- Kelly Benton, Contract Negotiator, Phone (405)739-4182, Fax (405)739-7421, - Kelly Benton, Contract Negotiator, Phone (405)739-4182, Fax (405)739-7421,
- E-Mail Address
-
Kelly.Benton@tinker.af.mil, Kelly.Benton@tinker.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Description: This is a combined Solicitation/Synopsis in accordance with Federal Acquisition Regulation (FAR), Part 12, Commercial Practices. Services Non-Personal: The Contractor shall provide all labor, tools, parts, materials, equipment, transportation, incidentals, and project oversight as necessary to facilitate, manufacture and install display walls and backlit storyboards on the Hollywood and Vine entryway into the Industrial Shops located in Bldg 3001 at Tinker AFB OK. All work is to be performed in accordance with the attached Statement of Work, specifications, drawings and Appendix C. A Firm-Fixed Price contract is contemplated IAW FAR, Part 12. One award will be made under this solicitation. Award will be based on initial response(s). However, the Government reserves the right to enter into an exchange with a contractor for the purpose of clarifications of a response. The resultant single award shall be placed with the offeror that represents the Best Value to the Government, considering both priced and non-priced evaluation factors. Award will be made to the offeror who is deemed responsible in accordance with Federal Regulation (FAR) Part 15, as supplemented, whose proposal conforms to the solicitation?s requirements. The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will be best meet the requirements affordably. The Government may reject any proposal that is evaluated to be unrealistic in terms of competency. This includes: understanding and accepting contract terms and conditions; bidding unrealistically high or low cost/price when compared to the Government estimates suggesting that the proposal reflects an inherent lack of competence or failure to comprehend the complexity and risks of the requirement. The following are the evaluation factors and they are of equal importance: Past performance, Delivery and Price. Evaluation of past performance will consist of a review of no less than two previous contracts (within the last three years) that are the same or similar in scope and complexity to the current acquisition. Adherence to contract specifications and timely service and/or delivery will be considered. Contractor shall submit points of contact and telephone numbers for all contracts submitted. Point of contact is Kelly Benton, (405) 739-4170, FAX (405) 739-7422, or email at Kelly.Benton@Tinker.af.mil. A MANDATORY Pre-Proposal Site-Visit will be conducted Tuesday, 24 June 2003 from 0900 PM to 1000 AM Central Time. Attendees will meet in the parking lot of Family Dollar/Firestone Tires, just east of Air Depot Blvd. on SE 29th St., across from Eaker Gate at 0900 a.m. Offerors must be PROMPT . At 0910 AM, offerors will be escorted to Building 3001 to conduct the Site-Visit. Offerors will submit the name(s), company identification, and social security number(s) of all attendees (not to exceed 3 per company) to Ms. Kelly Benton, via e-mail at Kelly.Benton@Tinker.af.mil no-Later-Than Monday, 23 June 2002, 10:00 AM Central Time. This information must be provided in advance in order to ensure access to the military base/Site-Visit location and adequate seating for Site-Visit attendees. Prospective offerors not providing a list of attendees by the due date or prospective offerors not present at 0910 AM, 24 June 2003 when then Site-Visit escort departs the Eaker Gate, WILL NOT be considered for award. Information provided at this Site-Visit shall not qualify the terms and conditions of the solicitation and specification. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. All proposals must be submitted by 27 June 2003, 15:00 PM Central Time. Late proposals WILL NOT be considered for award. Please be advised that you must be registered in the Central Contractor Registration (CCR) database prior to award. The CCR web site is http://www.ccr.gov. Please note that lack of registration in the CCR database will make you ineligible for award. It is extremely important that the CCR registration be accomplished as soon as possible, if you have not already done so. STATEMENT OF WORK FOR MANUFACTURE AND INSTALLATION STORYBOARD WALLS/CABINETS PREPARED BY: OC-ALC/MADWRS TINKER AFB OK JUNE 2003 1. DESCRIPTION OF SERVICES: 1.1. The contractor shall provide all labor, tools, parts, materials, equipment, transportation and other incidentals necessary to manufacture and install Storyboard Walls/Cabinets in Bldg 3001, Industrial Plant Area at Hollywood and Vine, Tinker AFB OK, in accordance with this Statement of Work (sow) and Diagrams/Drawings located in Appendix A. 1.1.1. Manufacture. 1.1.1.1. Cabinet Sections. All wall/cabinet sections shall be constructed using standard cabinet-grade plywood and standard high pressure laminates. Rear access to the cabinets shall be through removable panels at each 4 ft section. The color of the laminate shall be dark blue. The contractor shall submit color samples to the Quality Assurance Personnel (QAP), within two (2) days after award of contract, for approval/acceptance. 1.1.1.2. Rear Illuminated Light Boxes. The contractor shall provide 30 Rear Illuminated Light Boxes to be constructed out of aluminum and allow front-hinged access for graphics insertions and removal. The rear Illuminated Light Source shall be compatible with 120 V with three (3) Fluorescent 35?Bulbs. A tamper resistant feature that will insure the graphics cannot be removed shall be installed. All light boxes must be removable up and down the wall cabinet with ability to lug into receptacles located inside the access panels and positioned in the back. 1.1.2. Installation. The contractor shall secure the Storyboard Walls/Cabinets to the cement floor using current industry standards. The contractor shall submit installation methods to the QAP prior to installation for approval/acceptance. 1.2. Schedule. Manufacture and installation shall be completed by 31 July 2003. The date and time of installation shall be mutually decided and agreed upon by the QAP. 1.3. The contractor shall be responsible for insuring all services and materials/parts provided under this contract are in accordance with the terms and conditions outlined herein and conform to the specifications. 1.4. Service Reports. 1.4.1. The contractor shall provide a service report to the QAP at the completion of the installation. The following minimum information shall be included: Name of Company, Service Date, Service Performed, Additional Service Needed (if any), Name of Technician and Completion Date. 1.4.2. The contractor shall provide all electrical, operating and maintenance manuals to the QAP within five calendar days after government acceptance of services. 2. SERVICE DELIVERY SUMARY. Performance Objective SOW Paragraph Performance Threshold Manufacture 1.1.1. Shall Meet Specifications Installation 1.1.2. Optimal operation of equipment for purpose intended Service Reports 1.4. Data is complete and accurate for purpose intended 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. 3.1. Facilities. Government will prepare area for installation and furnish adequate workspace at installation site. Government will provide adequate lighting, electrical current, and utilities available in the area. 3.2. The government will select an acceptable color for the walls/cabinets form samples provided by the contractor (see Para. 1.1.1.1.). 3.3. The government will provide installation criteria. The government will approve/accept installation methods prior to installation of the walls/cabinets (see Para. 1.1.2.). 4. GENERAL INFORMATION: 4.1. Quality. The contractor shall comply with all standard industry practices and procedures and manufacturer?s specifications. 4.2. Hours of Operation. The contractor shall perform services Monday through Friday, after 4:00pm, excluding Federal Holidays, unless otherwise directed by the Contracting Officer. 4.3. Government Acceptance. Designated Quality Assurance Personnel (QAP) will accomplish inspection and acceptance of services performed based on requirements of the Statement of Work and Quality Assurance Surveillance Plan (QASP). 4.4. Parts and Materials. The contractor shall use only new parts and material in performance of this SOW unless authorized by the Contracting Officer who will seek technical guidance form the assigned QAP. 4.5. TOOL CONTROL. While performing contract services in or around Maintenance Production Shop areas at Tinker AFB OK the contractor shall comply with the intent of the Tinker AFB Tool Control Program. 4.5.1. As a minimum the contractor shall maintain a tool inventory checklist of all tools taken to the work site on Tinker AFB OK. 4.5.2. The contractor shall account for every tool listed on their tool inventory checklist at the beginning and end of each workday they are working on site at Tinker AFB OK, and at the end of each job. 4.5.3. The contractor shall secure all tools located at the work site when the contractor is not in the immediate area. No tools shall be left unattended/unsecured at any time. 4.5.4. The contractor shall make the tool inventory checklist and tools available for random inspection by the Quality Assurance Personnel (QAP). 4.6. FOD PREVENTION. While performing contract services at Tinker AFB OK the contractor shall comply with the intent of the Tinker AFB Foreign Object Damage and Prevention Program. 4.6.1. As a minimum, the contractor shall practice good housekeeping at all times in all areas, ensure all tools, equipment and hardware are accounted for at the end of each task, remove watches rings chains and other removable items that could be dropped or become loose in FOD critical areas and practice good work habits. 4.6.2. The designated Quality Assurance Personnel (QAP) will brief FOD Awareness and Prevention to the contractor prior to the Contractor starting work in FOD critical areas. 4.7. Environmental Protection & safety. The contractor shall be knowledgeable of and comply with all applicable federal, state and local laws, regulations and requirements regarding environmental protection. In the event environmental laws or regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. The contractor shall also comply with all safety practices posted in the assigned work area and the attached Appendix C, provided by the Safety Office. 4.8. Security Requirements/ Identification Badges. The contractor shall provide the name of all personnel/technicians(s) requiring entry authorization to Tinker AFB OK, for performance of services associated with this requirement. The contractor representative must have a valid driver?s license and car insurance verification. The following information is necessary to coordinate entry to the base. Company Name Full name of contractor and/or representative Cell phone number or pager number Estimated date and time of arrival Length of visit 4.8.1. The contractor and/or representative shall contact the QAP for directions to the base if unknown. After arriving at the designated gate?s parking area, the contractor shall telephone the QAP for further instructions or to be escorted on to the base. 4.8.2. Foreign Nationals. Special rules apply for foreign nationals visiting a US Government facility. Please notify the QAP prior to sending any foreign national representative to perform required services. APPENDIX A QUALITY ASSURANCE SURVEILLANCE PLAN FOR MANUFACTURE AND INSTALLATION STORYBOARD WALLS/CABINETS SDS NO. Performance Objective SOW Para Performance Threshold Method of Surveillance SDS PERFORMANCE REQUIREMENTS 1 Manufacture 1.1.1. Shall meet diagram/drawing specs. for the purpose intended. 100% Compliance Visual inspection of services, operational check and customer complaint. 2 Installation 1.1.2. Optimal operating condition for the purpose intended 100% Compliance Inspection of services, operational check of finished product, and customer complaint. 3 Service Report 1.4. All documents received in a timely manner.100% Compliance. Visual inspection and customer complaint. NON SDS PERFORMANCE REQUIREMENTS 4 Tool Control and Inventory Checklist 4.5. 4.5.2. Maintain tool inventory checklist and secure all tools.100% Compliance Initial and random visual inspections of toolbox and checklist. 5 Good Housekeeping 4.6.1. 100% Compliance Random visual inspection of the workspace at installation site. 6 Environmental & Safety 4.7 100% Compliance Random visual inspection of the workspace at installation site. STANDARD: The contractor shall perform all work required in a satisfactory manner in accordance with the appropriate Statement of Work (SOW) paragraphs. The Quality Assurance Personnel (QAP) shall not consider the services complete until all deficiencies have been corrected. SURVEILLANCE: During and upon completion of requested services the government Quality Assurance Personnel (QAP) will evaluate contractor?s performance through visual and/or operational inspection of services provided. PROCEDURES: The government Quality Assurance Personnel (QAP) will inspect the services/items to ensure contractor compliance. The date, time, and results of the inspection will be noted on the Inspection Sheet. If performance is unsatisfactory, the Quality Assurance Personnel (QAP) will identify the deficiencies and the required corrective action to the contractor. The contractor shall correct all deficiencies within 48 clock hours of notification. If deficiencies cannot be corrected, the contractor shall provide to the Quality Assurance Personnel (QAP) in writing the reason why and an estimated date of completion. Deficiencies that are not corrected or estimated dates of completion that are not acceptable, will be forwarded to the Contracting Officer for action. Customer Complaint Procedures: a. When the contractor?s performance become unsatisfactory, the customer will either contact the QAP with the relevant information by phone, in writing or provide a properly completed AF Form 714, Customer Complaint Form. b. The QAP will review the information and validate the complaint. c. When validated, the QAP will notify the Contract Administrator and request corrective action. The customer?s complaint will be documented and serve as evidence of unsatisfactory service. Documentation will be used to seek resolution(s) to further problems of that nature. APPENDIX "C" SAFETY SPECIFICATION Statement of work For Installation of Display Wall and Storyboards File No. SEG-03-157 PREPARED BY: OC-ALC/SEG SECTION I - GENERAL REQUIREMENTS A. Safety Program Requirements. The contractor shall develop, implement, provide (to the OC-ALC Safety Office at the start of the orientation period) and maintain a safety and health program that ensures protection of Government personnel and property. The program will consist of, as a minimum. 1. Mishap notification/reporting as defined in paragraph I. B. below: 2. A Safety Program that addresses, as a minimum, the subjects listed in Safety Program Elements, Section II and to be used during performance of the work described in THE CONTRACT. a. Competent personnel to initiate the Safety Program. b. Routine and recurring surveillance of the procedures listed in the Safety Program. B. Mishap Notification. 1. The contractor shall notify the OC-ALC Safety Office and the Contract Administration Office (CAO), or a designated Government Representative (GR) within one (1) hour of all mishaps or incidents to DoD property. 2. Mishap notifications shall contain, as a minimum, the following information: a. Contract, Contract Number, Name and Title of Person(s) Reporting b. Date, Time and exact location of accident/incident c. Brief Narrative of accident/incident (Events leading to accident/incident) d. Cause of accident/incident, if known e. Estimated cost of accident/incident (material and labor to repair/replace) f. Nomenclature of equipment and personnel involved in accident/incident g. Corrective actions (taken or proposed) h. Other pertinent information 3. If requested by Government Personnel or designated government representative, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the OC-ALC Safety Office. C. Provide a process for ensuring subcontracts include requirements for subcontractors to comply with the safety provisions of this contract, as applicable. D. The prime contractor shall provide each employee (including subcontractors) an initial indoctrination and such continued training to enable personnel to perform their work in a safe manner E. The contractor shall take any additional immediate precautions as the Contracting Officer may reasonably require for safety and mishap prevention purposes. SECTION II - SAFETY PROGRAM ELEMENTS The contractor prepared Safety Program shall clearly define procedures, personnel qualifications, facilities and required equipment, and other attributes necessary to fulfill the following elements. Each attribute shall meet or exceed the indicated benchmarks. SAFETY REQUIREMENTS Element/Requirement REFERENCED BENCHMARK Mishap Notification/Reporting AFI 91-204 Housekeeping, Flammable/Combustible, Fire Protection, Floors/Aisles Safety AFOSH Std 91-501 Vehicle Operations AFR 125-14 OC-ALC-TAFB Sup 1 Fire Protection/Prevention NFPA 70 Chemical Safety and Flammable/Combustible Liquids AFOSH Std 91-68 Electrical Equipment AFOSH Std 91-10 and NFPA70 Smoking Policy AFI 40-102 SECTION III - BIBLIOGRAPHY OF PUBLICATIONS/DIRECTIVES These publications/directives and all supplements/changes thereto apply to the extent required by the provisions of Sections I, and II. Subject directives are not included as a part of the solicitation/bid/contract. AFI 40-102 Jun 94 Tobacco Use in the Air Force AFI 91-204 May 01 Safety Investigations and Reports AFR 125-14 Feb 97 Motor Vehicle Traffic Supervision OC-ALC-TAFB Sup 1 AFOSH Std 91-10 Jul 98 Civil Engineering AFOSH Std 91-68 Oct 97 Chemical Safety AFOSH Std 91-501 Sep 02 Air Force Consolidated Occupational Safety Standard NFPA 70 National Electric Code (NEC) DEPARTMENT OF LABOR WAGE DETERMINATION NO: 94-2431 REV (19) AREA: OK,OKLAHOMA CITY APPLIES TO THIS ACQUISITION AND CAN BE OBTAINED AT WWW.CEALS.USCE.ARMY.MIL OR CONTACT YOUR LOCAL DEPARTMENT OF LABOR.
- Place of Performance
- Address: BLDG 3001, TINKER AFB OK.
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN00350488-W 20030620/030618213448 (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 |