SOLICITATION NOTICE
N -- Istall a sound/noice suppression system
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F3Z3717208A001
- Response Due
- 9/14/2007
- Archive Date
- 12/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The reference number is F3ZT797193A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense DCN 20070829. This acquisition will bea 100% small business set-aside; the North American Industry Classification System (NAICS) code is 238310. The business size standard is $12,000,000.00. The Federal Supply Class (FSC) is 5640. The Standard Industrial Classification (SIC) is 1742. This request for quotation consists of the following items: Item 0001: Contractor shall supply all equipment and labor to completely install a sound/noise suppression system. Location of the secure room is Bldg 381, Wg B. Sound/noise suppression system shall meet the requirements of DOD 5200.1-R for a secure room. Upon completion of the project the contractor is required to hold a minimum of one (1) training session explaining all work done, equipment installed, and any necessary maintenance of the system. The contractor shall also supply any literature and drawings which shall be provided and referenced at the required training session. Any necessary contractor made modifications to the room shall be repaired so the room is returned to its current state. The following is a list of the recommended equipment to be installed and is not all inclusive. DS 2400 Wall Maskers, 6 ea, Item 0002 DS 2530 Door Maskers, 1 ea, DS 1327 Plenum Maskers, 2 ea, Item 0003 DS 1327 Plenum Maskers, 2 ea, Item 0004 DS 1092 Generator/Equalizer/Amplifier, 1 ea, Item 0005 DS 11x12AS Amplifier Shelf, 1 ea. Items shall be delivered FOB Destination to Travis AFB, CA no later than 15 days after receipt of order and installation services shall start on later than 30 Sep 2007. The following provisions and/or clauses apply to this acquisition. 52.212-3, Alt I, Offeror Representations and Certifications ? Commercial Items. 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). 52.204-7, Central Contractor Registration. 52.219-6, Notice of Total Small Business Set Aside. 52.219-28, Post-Award Small Business Program Representation. Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3, Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-41, [Service Contract Act of 1965. 52.222-42, Statement of Equivalent Rates for Federal Hires; In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only; it is not a Wage Determination, Employee Class: Laborer (WG or GS), Monetary Wage $14.76?Fringe Benefits: $3.16 per hour. 52.222-44, Fair Labor Standards Act and Service Contract Act. Wage Dermination number 94-2069, revision 4 dated 07/31/2007 is incorporated into this solicitation. To obtain a copy of the wage determination contact the POC below 52.232-18, Availability of Funds and the following Funds Availability statement. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.252-2, Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. 52.253-1, Computer Generated Forms. 252.204-7004, Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 252.247-7023, Alt III, Transportation of Supplies by Sea. SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the governmental installation, shall abide by all security regulations of the installation. Responsible for safeguarding all government property provided for contractor use. At the close of each work day government facilities, equipment and materials shall be secured, lights heat and water turned off and doors and window secured. BASE ACCESS, PASSES AND IDENTIFICATION: The contractor shall obtain personal identification photo passes for all employees and vehicle passes for all contractor and personal vehicles requiring entry onto Travis AFB from Security Forces Pass and Registration, for the duration of the contract. Vehicle registration, proof of insurance and a valid driver?s license must be presented for all vehicles to be registered. During Force Protection Condition (FPCON) of Normal and Alpha, personnel without base issued identification shall be sponsored onto the installation. During FPCON Bravo, Charlie and Delta, personnel without base issued identification shall be physically escorted onto the installation. Contractor shall require a Department of Justice (DOJ) or equivalent (i.e. Avert) background check for all personnel and subcontracting personnel requiring entry onto Travis AFB in performance of this contract. DOJ background check(s) to be initiated no later than 5 days after the contract start date. Continued employment is contingent upon successful completion of the background check. The results of the background checks will be submitted to 60th Security Forces Squadron at 60 SFS/SFOSA, 510 Airlift Drive, Travis AFB, CA 94535, (707) 424-2852 or (707) 424-2952. During Higher FPCON?s (Charlie and Delta) access by Non-Essential Contractors may not be authorized or at least limited. CRIMINAL CONVICTIONS: Only criminal convictions will be considered in determining an applicant?s suitability for employment. Detention and/or arrest without conviction do not constitute valid grounds for employment decisions and cannot play a part in the decision-making process. In determining the applicant?s suitability for employment where the applicant has a criminal conviction on their record, consideration will be given to the specific duties of the position, the number of offenses and circumstances of each, the age of the conviction(s), and the accuracy of the explanation on the application. In instances where information is obtained that would appear to make the candidate a poor risk for hire, Security Forces can provide guidance and a recommendation to the hiring authority. The Fair Credit Reporting Act (FCRA) provides that written notice and the name of the criminal check agency be given to individuals when employment is denied. ?UNLAWFUL EMPLOYMENT OF ALIENS: U.S.C. Title 8, Subsection 1324: It is unlawful for a person or other entity, to hire, to recruit or refer for a fee, for employment in the United States, an alien, knowing the alien is an unauthorized alien with respect to such employment.? Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on Sep 14, 2007. Quotes may be transmitted by e-mail or to FAX number (707) 424-0288. Quotes must be valid for 60 calendar days. The point of contact for this solicitation is Bernadette Cruz Breeding, Contract Specialist, (707) 424-7734, bernadette.breeding@travis.af.mil. Alternate point of contact is Rodney Alcantara, Contracting Officer, (707) 424-7727, rodney.alcantara@travis.af.mil.
- Place of Performance
- Address: 60th Contracting Squadron, 350 Hangar Avenue, Bldg 549/1st Floor, Travis AFB
- Zip Code: 94535
- Country: UNITED STATES
- Zip Code: 94535
- Record
- SN01397156-W 20070908/070906221426 (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 |