Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2006 FBO #1726
SOLICITATION NOTICE

C -- Provide and Install bird netting

Notice Date
8/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-06-R-0028
 
Response Due
9/6/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center Susquehanna, New Cumberland, PA has a requirement to provide all parts, labor, equipment, material and travel to install bird netting in and around Building 1900 located at Defense Distribution Center Pearl harbor, Hawaii, 96860. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP). Reference Request for Proposal SP3100-06-R-0028. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 and DFARS Change Notice (DCN) 20060808. The associated North American Industry Classification System (NAICS) code is 561710 and the small business size standard is $6,500,000.00 and is a 100% set-aside for small business. Prices for the above identified equipment should be submitted in the following format: Clin Description Qty U/I Total 0001 Provide all parts , 1 Lot $___________ labor, equipment, material and travel to install bird netting at Building 1900 in accordance with the Statement of Work. For site visit contract Liz Wolf, 717-770-7442. Wage Determination No 1994-2153, dated 5/24/06 is applicable to this solicitation. Contractor shall provide delivery schedule: ________________days after issuance of contract for the completion of installation. The following FAR and DFAR clauses and provision apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR provision 52.212-1 Instruction to Offerors ? Commercial Items applies to this acquisition. Addenda to 52.212-1: The following two (2) paragraphs are hereby deleted from this provision: (h) Multiple Awards and (i) Availability of requirements cited in the solicitation. FAR provision 52.212-2 ? Evaluation ? Commercial Items applies to this acquisition. The Government intends to award one contract as a result of the Request for Proposal. Award will be based on the proposal that provides the lowest price for the above service and meets the technical acceptability standard. The minimum criteria for technical acceptability shall be the submission of descriptive literature or brand name or manufacturer of the bird netting that clearly indicates the proposed meets all the government?s minimum requirements and the submission of past performance information that provides evidence that the contractor has satisfactorily performed a similar effort. In response to this Request for Proposal, Contractors must submit a completed copy of the FAR provision 52.212-3, Offer or Representations and Certifications ? Commercial Items, (Alternate I), price quotation and past performance information. FAR Clause 52.212-4 Contract Terms and Conditions ? Commercial items applies to this acquisition. FAR Clause 52.212-5 ? Contract Terms and Conditions required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: FAR 52.219-6 ? Notice of total Small business Set-Aside FAR 52.222-3 ? Convict Labor FAR 52.222-19 ? Child Labor ? Cooperation with authorities FAR 52.222-21 - Prohibition of Segregated facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable Veterans and Veterans of the Vietnam Era FAR 52.222-36 ? Affirmative Action for Workers with Disabilities FAR 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Carpenter, WG-9 $21.57 Laborer, WG-2 $13.77 FAR 52.225-13 ? Restrictions on Certain Foreign Purchase FAR 52.228-5 Insurance ? Work on a Government Installation FAR 52.232-33 ? Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.232-36 ? Payment by Third Party DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252-212.7000 ? Offeror Representations and Certifications ? Commercial Items applies to this acquisition. DFARS 252.212-7001 ? Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provision are applicable to this acquisition: FAR 52.203-3 Gratuities DFARS 252.225-7036 Buy American Act ? Free trade Agreements ? Balance of Payments Program All responsible small business concerns may submit a proposal that shall be considered by this agency. In order to be eligible for award, a contractor must be determined to be responsible in accordance with FAR 9.104. Request for Proposal due date and time is September 6, 2006, 3:00 PM Local time. Completed certifications at FAR 52.212-3, price proposal and descriptive literature, past performance information may be submitted via one of the following methods: (1) E-mail to Elizabeth.wolf@dla.mil (2) Facsimile to 717-770-5689 (3) Mail to: Defense Distribution Center Acquisition Operations DDC-AB ATTN: Elizabeth Wolf 2001 Mission Drive Building 81 New Cumberland, PA 17070-5001 In accordance with the above date and time, failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. For additional information you may contact Liz Wolf, 717-770-7442 or e-mail Elizabeth.wolf@dla.mil. DEFENSE DEPOT PEARL HARBOR, HAWAII (DDPH) INSTALLATION OF BIRD NETTING TO PROVIDE AN AVIAN FREE AREA, BLDG 1900 SCOPE OF WORK (SOW) Work is to consist of all parts, labor, equipment, material, travel, and insurance to install heavy duty ?? bird netting in and around the existing open-sided building number 1900, located at Defense Depot Pearl Harbor (DDPH), Pearl Harbor Naval Facility, Pearl, Harbor, Hawaii, to keep any birds out of this facility. The areas included are the interior ceiling in the warehouse section, the exterior overhangs, and from the ceiling down along two exterior walls. The hardware used to fasten the bird netting (steel cable, beam clamps, turnbuckles, etc.) shall be stainless steel due to the location by salt water. The area, including the sidewalls, is approximately 60,000-65,000 SF, and the building is roughly 320? x 175?, and is 19? from the floor to bottom of the interior overhead lights. Access is to be provided at those areas designated as requiring it, such as overhead lighting fixtures, sprinkler valves, etc., for ease of maintenance and emergencies. Since the area is not a basic rectangular shape and conditions might vary for the specified work areas to be done, site visits are recommended to confirm the current conditions, locations, and quantity of the work required, and any other unforeseen site conditions. All work is to meet industry standards and guidelines, and have as a minimum 3 year warranty on the product and workmanship. Contractor shall identify the brand name or manufacturer of the type of bird netting being proposed with their offer.
 
Place of Performance
Address: DEFENSE DEPOT CENTER PEARL HARBOR, HAWAII (DDPH), 840 VINCENNES AVEUE, BULDING 1900, PEARL HARBOR HI
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01116244-W 20060818/060816220121 (fbodaily.com)
 
Source
FedBizOpps 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.