Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
SOLICITATION NOTICE

Z -- Maintain/Purchase and Installation of Generator and Air Conditioning Units

Notice Date
9/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
F02601-03-Q-0718
 
Response Due
9/25/2003
 
Archive Date
10/10/2003
 
Point of Contact
Colette Wongmanee, Contract Specialist, Phone 228-2377, - Greg Manning, Contracting Agent, Phone 520-228-4185, Fax 520-228-2369,
 
E-Mail Address
colette.wongmanee@dm.af.mil, gregory.manning@dm.af.mil
 
Description
(i) 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation F0260103Q0718 is being issued as a request for quotation. (iii) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-13. (iv) This requirement is an unrestricted solicitation under NAICS code 235310, small business size standard of $12 million in revenue. (v) Please provide a quote for the following two projects: Furnish all plant, labor and materials necessary to ?Install Emergency Power Generator? and ?Install Back-Up Air Conditioner? both in bldg 7328 of AMARC at Davis-Monthan AFB AZ. The following descriptions are for general reference only, and shall not be construed as a complete list of all operations to be performed. Generator ? Emergency electrical power setup will support computer equipment, two A/C units and overhead lighting. Electrical runs will be in a minimum of 2? conduit. Supplies will be configured to support an automatic transfer switch in support of a diesel engine generator. Tie in the existing system and upgrade utilities as needed to meet computer room requirements. Contractor shall purchase and install a 180 KW Kohler or 190 KW CAT generator. 400 amp 277/480 VAC automatic transfer switch should be purchased for the building as well. Provide all necessary parts to connect generator to the automatic transfer switch. Contractor shall construct a screen wall around the generator conforming to base design standards and protecting the aesthetics of the facility. Generator will meet the bases?s 72 hour fuel supply capability requirements. Air Conditioner - Space saving style unit required due to limited space. Designed/ installed to serve as a backup unit for existing A/C unit. Equal capacity of existing unit (5 ton) and maintain same efficient air temperature. Capacity to evaporate the accumulated A/C condensation. Shut off safety device due to condensation build up. Low operational sound level required. High and low-pressure safety switches, liquid line filter drier and lock out protection. Automatic 7 day programmable thermostat. Condensing unit and external equipment location will be determined by user. Minimal penetration to meet security requirement. (ii) All salvageable and nonsalvageable material obtained by removal of existing material shall be considered as having been included as a factor in the Contractor's bid price. Salvageable material obtained from existing construction may be reused only if so stated elsewhere in the Contract Documents, and then only when the material is approved for reuse by the Contracting Officer. Salvageable material shall remain the property of the Government only when specifically called out in the Contract Documents. Salvageable material not reused or otherwise designated to remain the property of the Government shall become the property of the Contractor and shall be removed and disposed of off base in accordance with the environmental controls specified in this Section. Contractor shall furnish all signs, barricades, and flagmen required to control traffic (vehicular and/or pedestrian) in the construction area. Remove all waste and nonsalvageable material from the project site and dispose of it off base, in accordance with the environmental controls specified in this Section. Accomplish all work required in connection with utility outages on weekends or off-duty hours, or as directed by the Contracting Officer. The Contractor shall be responsible for all work associated with the utility outages. Notify the Contracting Officer in writing 14 days prior to the desired date for the utility outage. Provide quality control over products, services, site conditions, and workmanship. It is the Contractor?s responsibility to maintain all quality control records and have them available to the Government at all times. Comply fully with manufacturer's instructions, including each step in sequence. If such instructions conflict with the Contract Documents, request clarification from the Contracting Officer before proceeding. Provide samples and test results as required by the Contract Documents. All test reports shall be properly sealed by an independent professional engineer (if required). Keep the work area and surrounding surfaces clean and orderly. Remove any contractor-caused residue, dirt, or markings immediately upon completion of the work involved. Clean the site daily. Exterior surfaces such as portland cement concrete, asphalt pavements, and gravel and interior surfaces such as carpet, tile, ceiling tiles, and gypsum board damaged by construction work shall be replaced with materials consistent in quality and workmanship to match existing. Clean up area before departure. Provide a detailed report of all work performed on floor surface. (iii) Work to be completed no later than 120 calendar days following receipt of the Notice To Proceed (NTP). Place of performance is Davis-Monthan AFB, Tucson, AZ 85707. FOB point is destination. (iv) Provision 52.212.2, Evaluation of Commercial Items applies. Basis for Award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The Government will award the contract to the offeror whose offer represents the best value to the Government based on primarily on price. (v) Offerors are required to submit a completed copy of 52.212.3 (attached), Offerors Representations and Certifications--Commercial Items, with their offer. (vi) Clause 52.212.4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following is an addendum to 52.214.4: Permits and Responsibilities For Work: The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the prosecution of the work. It shall be responsible for all damages to persons or property that occur as a result of its fault or negligence in connection with the prosecution of work. It shall take proper safety and health precautions to protect the work, workers, the public, and the property of others. Warranty ? Contractor shall provide warranty terms consistent with industry standards for all installed equipment and one year for facility improvements and alterations. (vii) Clause 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (viii) Preliminary Site Visit ? A site visit will be conducted 22 Sep 03 at 7:30 a.m. local time in AMARC. All prospective offerors must notify Colette Wongmanee, at (520) 228-4852 for details. (ix) Offers are due to the 355th Contracting Squadron, 3180 S. Craycroft Road, Davis-Monthan AFB, AZ 85707, Not Later Than 25 Sep 2003, 1:00 p.m. local time. (x) Point of contact for this project is Colette Wongmanee, (520) 228-4852, email colette.wongmanee@dm.af.mil. SCHEDULE OF ITEMS See Attachment for completion of pricing schedule
 
Place of Performance
Address: 3180 S. Craycroft Rd., Davis-Monthan AFB, AZ
Zip Code: 85707
Country: USA
 
Record
SN00436373-W 20030919/030917213217 (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.