Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2005 FBO #1392
SOLICITATION NOTICE

71 -- Cubbies/Cabinets for DayCare Center - Robins AFB

Notice Date
9/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
337110 — Wood Kitchen Cabinet and Countertop Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FE206752374142
 
Response Due
9/22/2005
 
Archive Date
10/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. Contractor shall quote on Approx. 120 ? Wooden Cubbies, plus wooden cabinets, IAW with the attached statement of work. Drawings are available by contacting the POC listed below. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC)97-26. This is 100% small business set-aside; only small businesses will be considered. NAICS Code: 337110, small business size is 500 Employees. Place of Performance/FOB Robins AFB, GA. 31098 The following clauses are applicable to subject solicitation: 52.252-2 ? Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.) http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 52.212-1 ? Instructions to Offerors ? Commercial (full text); 52.212-2 ? Evaluation ? Commercial Items (full text) ? The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications. 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov; 52.212-4 ? Contract Terms and Conditions ? Commercial Items (incorporated by reference); 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (full text). 52.222-26 ? Equal Opportunity 52.222-41 ? Service Contract Act of 1965, As Amended 52.222-42 ? Statement of Equivalent Rates for Federal Hires 52.232-33 ? Payment by Electronic Funds Transfer 52.233-3 - Protest After Award 252.204-7004 ? Required Central Contractor Registration 252.211-7003?Item Identification and valuation POC: Request For Quotes may be faxed to Deborah Middlebrooks at (478) 926-2031 or emailed to Deborah.Middlebrooks@robins.af.mil. Oral Procedures will be used for this solicitation. The anticipated award will be 30 Sep 2005. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. RESPONSE TIME: COB: 22 Sep 2005. Buyer: Deborah Middlebrooks, Email: Deborah.Middlebrooks@robins.af.mil; Phone: (478) 926-2031; Fax: (478) 926-3590 ------------------------------------------------------------------ STATEMENT OF WORK 78 MSG/SVYC FAMILY SERVICES DIVISION I. SCOPE OF WORK A. To remove and dispose of existing storage cubbies and design/build and install new storage cubbies for rooms: 113,116, 117, 121, 124, 125, 128, 132, 133, and 136. B. To remove and dispose of existing sink/vanity units and design/build and install new sink/vanity units for rooms 121, 124, 125, 128, 132, and training office. C. To remove and dispose of existing water table units and design/build and install new water table units for rooms 121,124, and125. D. Design/build and install open shelf unit/room divider between rooms 105/108 and 109/112. II. CONTRACTOR?S RESONSIBILITIES A. GENERAL REQUIREMENTS 1. All built-in cubbies/sinks must fit existing space. If not, original walls and floors must be repaired to match room interiors. 2. The project includes approximately 120 cubbies in Bldg 946, in addition to cabinets stated in Section I - Scope of Work. 3. Contractor is to provide all materials, labor, equipment, and services necessary for complete installation of the product. NOTE: Robins AFB Civil Engineers will complete plumbing and/or any major construction. B. LOCATION Child Development Center West, Bldg 946 - 10th Street. Rooms are as listed above. C. WORK PERIOD 1. During the workweek, contractor must complete the required work outside of the Child Development Center?s normal operating hours; work may only be done between 1830-2400hrs Monday through Thursday. During weekend hours, contractor may work at Child Development Center anytime between 1800hrs Friday through 2200hrs Sunday. 2. Total project must be completed within 4 consecutive weekends. 3. Completion of contract and full/final payment contingent upon final approval and inspection from Robins Air Force Base Wing Safety Office. D. SET-UP/BREAKDOWN 1. Access to the hallways must not be blocked at any time. 2. The contractor agrees to remove all equipment and tools, and police the area at the conclusion of each workday. 3. No hazardous materials will be left unattended inside the building at any time. E. LIABILITY FOR DAMAGE TO THE AREA Contractor is to ensure areas are fully functional (e.g. drawers are working properly), clean, and free from trash. F. ELECTRICITY Contractor will have access to standard electrical outlets located at the interior of the building. Generators are to be supplied by contractor for any additional power supply needs. G. SAFETY AND ACCIDENT PREVENTION The equipment, materials, and labor practices shall adhere to OSHA requirements. All safety measures must be taken to prevent accidents. H. INSURANCE Contractor must maintain commercial liability insurance covering provisions of the services being rendered and worker?s compensation insurance within the limits required by law. Upon timely request, provide the Non-Appropriated Funds Instrumentalities (NAFI) with certificate of insurance. I. WORKERS Workers must be employees of the contractor and fully trained to operate all machinery. Proof of employment must be shown if requested by NAFI. J. SECURITY Contractor shall obtain all necessary badges and passes for contractor?s employees and vehicles from Security Police, located in bldg. 263, before the commencement of set-up. III. PRODUCT REQUIREMENTS A. DEMOLOTION 1. Cost must include removal and disposal of existing units to DRMO and delivery and installation of new units. 2. Rooms 113 and 116 have portable cubbies that will be removed by the user. Rooms 117, 121, 124, 125, 128, 132, 133, and 136 have built-in cubbies that will require demolition and disposal by the contractor. 3. Training room work will require demolition of existing changing table and re-routing of supply. B. INSTALLATION 1. On walls containing cubbies, if left over space is over 12 inches, a cabinet with doors and two movable shelves is to be installed. If gap is less than 12 inches, a blank panel will be installed to fill this space. 2. All water tables should be 18 inches from floor level. Sinks should be 19? x 24? and standard industry depth. C. MATERIALS 1. General a. New countertops and cabinetry to be installed by contractor must match existing units in Room 113. b. All units should be natural wood finish with grey laminate tops. 2. Storage Cubbies a. Light natural wood: oak or maple. b. New stainless steel hardware - similar to the existing unit. c. Each individual cubby will require two stainless steel coat hooks to be installed 20? from bottom of cubby. (For example, a ten-cubby unit will require twenty coat hooks.) See attached sketches for placement of coat hooks. d. Cubbies will require grey, laminate bullnose top. 3. Attached Two-Door Cabinet a. Light natural wood: oak or maple. b. New stainless steel hardware - similar to the existing unit. c. Install two interior adjustable shelves per unit. d. Unit will have grey bullnose, laminate top to match cubbie units. e. Each two-door cabinet must be sized to fit the space between existing wall and edge of new cabinet unit. (Dimensions vary per room.) 4. Sink Vanities a. Light natural wood cabinetry: oak or maple. b. New stainless steel sinks and fixtures required for all sinks. c. Gooseneck fixtures must be similar to existing fixtures in both style and quality: Single lever controlled water flow. d. Do not supply faucets that require manual turn to operate. 5. Toe Kick Dimensions Cubbies should have toe kicks that are 3? high by 1.5? deep and all other units should have toe kicks that are 4? high by 3? deep. 6. Backsplashes a. No backsplash is necessary on cubbies. b. 3? backsplash is needed on all vanities and water tables. 7. Partition a. Location -- room 105/108 and 109/112 between the newly designed shelf unit and existing wall. b. Light natural wood: oak or maple. D. WASTE DISPOSAL 1. Contractor shall remove all Styrofoam, plastic bags, and other trash from cardboard containers. These trash items should be disposed of by the contractor and not placed in any refuse dumpsters located on base or disposed of on base. However, contractor may contact Government Representative, at 478-329-8907, to make independent arrangements with the on base refuse disposal company at the contractor?s own expense. All of the waste disposal instructions included in this paragraph shall be performed on a daily basis. 2. The cardboard containers shall be broken down and recycled in the cardboard recycling dumpsters located nearest to Bldg 946. Removal of large quantities of waste or cardboard should be coordinated with the Government Representative by contacting 478-327-8907. 3. If removal of old or existing furniture is required, the contractor shall obtain prior approval from the contracting officer before disposal. IV. POINTS OF CONTACT A. The 78 MSG/SVYC Point of Contact for this project is Mr. Thomas Henson, Child Development Center, 78 MSG/SVYC, Bldg 946, 10th Street, Robins AFB GA 31098. Telephone number is (478) 926-3080. Email address is Thomas.Henson@robins.af.mil. B. The point of contact in the 78th Contracting Squadron Office is Ms. Deborah Middlebrooks, (478) 926-2031 or email Deborah.Middlebrooks@robins.af.mil.
 
Place of Performance
Address: Robins AFB, GA
Zip Code: 31098
Country: USA
 
Record
SN00897258-W 20050918/050916212154 (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.