Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
MODIFICATION

T -- InfraRed Roof Survey

Notice Date
9/14/2004
 
Notice Type
Modification
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F77CES42300400
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Jane Oney, Contract Specialist, Phone 325-696-1455, Fax 325-696-4084,
 
E-Mail Address
jane.oney@dyess.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation notice for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (i) This is a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13, purchase request no. F77CES42300400. Written documentation will not be issued for this quote. (ii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-24. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iii) This acquisition will be 100% small business set-aside. The NAICS code is 541350 and size standard $6,000,000. Only faxed or e-mailed quotations will be accepted. Submissions must include a completed copy of the provision at *FAR 52.212-3, Offeror Representations and Certification ? Commercial Items, name, address, cage code, DUNS number, and telephone number with its offer. In addition, the following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation Commercial Items (Price and Delivery); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer, Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -Suppies, 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, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. FAR 252.246-7000, Material Inspection and Receiving Report. All contractors must be registered with the Central Contractors Registration and Wide Area Work Flow to be eligible for award. Award will be made to the quotation, which offers the best value to the government based on an integrated assessment of price and delivery time. All offers are due by 16:00 PM CST, 20 September 2004. *Complete Representations and Certifications are required with submission of pricing. Quotations may be submitted via e-mail to jane.oney@dyess.af.mil. NOTE: For payment purposes offerors must be registered with Wide Area Work Flow and in the Central Contract Registry prior to receiving any award Please see web site http://www.ccr.dlsc.dla.mil/ for information on how to register with CCR or call 1-888-227-2423. For information on how to register with WAWF please see web site http://www.wawf.eb.mil/ or call 1-800-392-1798.(iv) The contractor shall provide the following: 1. Service is for InfraRed Roof Survey: Services will include the contractor developing a thermographic output survey image and a normal visual image of selected flat roofs on Dyess AFB, and generating a building roof moisture survey to illustrate roof leaks and their resulting damage. The selected roofs on base include no pitched roofs, only flat roofs composed of built-up roofs including asphalt, poured gyprock, concrete, lightweight insulated concrete, et al excluding those roofs covered in sheet metal. Using a computer, the contractor will complete the following steps: load the images into a computer, by some color variation mark the roofing images to clearly identify damaged sections for future repair needs, and observe and selectively remove false anomalies based on features of the underlying visual image to generate an accurate, high-quality thermographic image survey of at least 4256 x 3600 pixels with a size of at least 6 inches x 8 inches. The contractor will then compile this information into a detailed printed report with pictures on glossy photographic stock, a CD containing the thermographic survey images in PDF format, and all resulting data analyzing the damage found. The resulting report and data should provide clear images of the selected roofs with roofing structure and leak damage clearly defined by means of a final roofing image and supporting data, detailing areas which have sustained leaks, and subsequently have moisture remaining in the ceiling insulation. The contractor should then provide us with (3) copies of the report detailing the results of the survey along with (3) copies of a CD with high resolution survey images which can be manipulated to provide a clear measurement of roof damage down to the inch and used in the future as a maintenance tool. The total flat roofing area is equal to 1,120,075 square feet. (xi) Offers may be faxed to 7 CONS/LGCA at (325) 696-8676 or e-mailed to jane.oney@dyess.af.mil. (xii) For further information regarding this solicitation, contact Jane Oney, Contract Specialist @ phone (325) 696-1455. Collect calls will not be accepted. Building description listed first with Square footage following. Fire Station 20075/ Avionics contractors 25915/ Jet engine maintenance 31842/ Maintenance dock 73489/ Inspection lab 4046/ Avionics shop 32025/ Aerospace management 6928/ Squad ops 15904/ Maintenance dock 124583/ Maintenance dock 96195/ Equipment shop 34874/ Flight simulator training 36000/ Operations 3960/ Com squadron command 14156/ Document staging facility 3976/ Library 16017/ Chapel dining hall 3800/ Flight simulator training 10235/ Base supply warehouse 105214/ Command section 37590/ Warehouse supply and eq. 106615/ Auto hobby shop 7272/ Family support center 10221/ Admin offices 2892/ Honor guard 2892/ Squadron ops 6095/ Squadron ops 10620/ Theatere 11831/ Com facility 7343/ Com facility 8270/ Engineering admin 16202/ Maintenance shop 16983/ Engineering ops flight 14864/ Engineering warehouse 15240/ Vehicle maintenance shop 39214/ Self-help store 5340/ Com facility 6014/ Com facility 1765/ Munitions shop 1453/ Mun maintenance admin. 9690/ Munitions shop 32055/ Storage inert 2700/ Power station building 2440/ Storage inert 5356/ Storage inert 5110/ Munitions storage 425/ Mun maintenance admin. 1630/ Munitions storage 3500/ Flight med./ mental health 13327/ Youth center 13794/ Shoppette 3325/ Total square footage 1,081,302 NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F77CES42300400/listing.html)
 
Place of Performance
Address: Dyess AFB Texas
Zip Code: 79604
Country: USA
 
Record
SN00673637-F 20040916/040914213812 (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.