Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2005 FBO #1174
MODIFICATION

63 -- CDX-09 Lock Installation

Notice Date
2/10/2005
 
Notice Type
Modification
 
NAICS
561622 — Locksmiths
 
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S05T0020
 
Response Due
3/4/2005
 
Archive Date
5/3/2005
 
Point of Contact
juanita a. granger, 501-324-6962
 
E-Mail Address
USACE Little Rock District
(nita.a.granger@swl02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is being issued to extend the bid opening date to March 04, 2005 by 4:00 P.M.. Reason for extension is to revise the scope of work previously submitted. The following is the revised Scope of Work. Please note that all bidders hav e been asked to visit the facilities prior to submitting their bids. The personnel contact information is included in the Scope of Work. Please request copy of drawings to Juanita Granger 501 324 6962 or email nita.a.granger@swl02.usace.army.mil. SCOPE OF WORK CDX-09 Lock Installation, C130J Flight Simulator Facility Little Rock Air Force Base 10 February 2004 Statement of Change: X-08 to CDX-09 Lock Replacement, Statement of Work, C130J Flight Simulator Facility, Little Rock Air Force Base. a. General: The Contractor shall furnish all exit (panic) bars, hardware, material, equipment, services, labor and all associated costs for the installation of the exit bars and government supplied CDX-09 locks and strikes. The USACE area office at the Little Rock Ai r Force base (LRAFB) will supply CDX-09 locks and strikes to the locksmith. The work location is at LRAFB, C130J Flight Simulator building. Before bid award, the USACE area office and LRAFB will set up a contractor site visit. This pre-bid site visit is for the contractors to determine the extent of the installation, the hardware they must provide and provide a general idea of the project scope. Upon award the contractor is to coordinate with the Contracting Officer to schedule and accomplish this work. Work shall be performed during 8-5, M-F, less holidays. The Contractor shall exercise care to prevent damage to the existing building components. Any damage shall be repaired to the original condition at no additional costs to the Government. Exist ing X-08 locks and all hardware are to be given to the Contracting Officer when removed. The CDX-09 installation will be performed by a qualified installer. The Contractor shall clean up any debris resulting from construction activities after each work sh ift. It is the Contractors responsibility to insure that any subcontractors meet requirements in the SOW and those of LRAFB. All work shall be conducted in accordance with EM 385-1-1, Safety and Health Requirements Manual. b. Schedule: This contract involves the security provisions for the flight simulator building. All work shall be completed in a timely manner based on a schedule agreed upon with the contracting officer. No door shall be left without a functioning lock overnight or during periods required by the user. All work to be completed within 30 days of contract award. c. Points of Contact: The technical point of contact is Mr. Karl Serbousek (501-324-5595 x 1434). The construction point of contact is Mr. Dan Clemans (501-988-4153 x101). d. Permits: The Contractor shall obtain all permits for performing this work at Little Rock Air Force Base. e. Submittals: The contractor shall submit a work plan and timetable detailing what jobs and steps will be preformed. All parts and material shall be included in the plan. A submittal for all door hardware installed as part of this contract shall be su pplied. f. Access to Little Rock Air Force Base: The Contractor shall obtain necessary security passes for access to Little Rock Air Force Base. During heightened security conditions the Contractor will not be allowed access to Little Rock Air Force Base. g. Detailed Requirements: (1) There are a total of three CDX-09 locks to be installed. They will replace existing X-08 locks per paragraph (2) below. The exit hardware (panic bars) on the CDX-09 equipped doors will be changed per paragraph (3) below. Security plates will need to be installed on two doors per paragraph 4 below. The CDX-09 locks will be supplied by the USACE LRAFB Area Office. Please contact the construction POC in section c. Points of Contact above to coordinate. (2) Door 130A (between corridors 157 and 130), door 227 (between corridors 227 and 249), and door 241 (to room 241) all have existing X-08 locks and hardware. These X-08 locks shall be exchanged with new CDX-09 locks and equipment. Doors 130A and 227 are double doors with only one X-08 on the pairs. It is the contractors responsibility to insure that the CDX-09 and all associated hardware are installed and function properly. See attached (2 pages) for locations. (3) On all doors receiving CDX-09 locks, the existing exit (panic bar) hardware is to be replaced with hardware matching the Monarch bars on the other doors in the facility. New panic bar exit devices are to function independently of the CDX-09 locks. Th ey are NOT to interact with the replacement CDX-09 locks. Installation of this hardware shall mirror the existing lock equipment on the other door of the pair. (4) At the paired door locations, 130A and 227, the door without a lock will have a tamper-proof security plate installed on the back of the door. That is the plate is to be on the side opposite the Monarch exit bar with the intent to deter access to the latch mechanism by boring through the door. (5) The electronics in the CDX locks can easily be damaged if mishandled. Therefore, it is recommended that the CDX-09 locks remain in packaging until ready to install by the locksmith. Removed CDX-08 locks and hardware are to be handed over to the contr acting officer in operable condition. 3. Please contact me if you have any comments or questions. Karl E Serbousek, P.E. Design Coordinator NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-FEB-2005); 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/USA/COE/DACA03/W9127S05T0020/listing.html)
 
Place of Performance
Address: Little Rock Air Force Base Flight Simulator Facility Jacksonville AR
Zip Code: 72099
Country: US
 
Record
SN00749673-F 20050212/050210214433 (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.