SOLICITATION NOTICE
Z -- Request to Enlarge Modular Building Structure
- Notice Date
- 9/10/2008
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D1048198A001
- Archive Date
- 9/30/2008
- Point of Contact
- Lauren N Weitzel,, Phone: 301-981-3391, Shayla Canty ,, Phone: 301-981-2357
- E-Mail Address
-
lauren.weitzel@andrews.af.mil, shayla.canty@us.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Modular Structure Addition Body of Synopsis/Solicitation to be entered. 1. PREFABRICATED MODULAR STRUCTURE TO BE ENLARGED. Request for Quotation (RFQ) F1D1048198A001 DUE 15 September 2008, 2:00 pm Eastern Standard Time (EST). Point of Contact: A1C Lauren Weitzel, 301-981-3391, Contracting Specialist; Lt. Shayla Canty, 301-981-2357, Contracting Officer. 2. This RFQ has been set aside 100% to small business; all responsible sources may submit a quote (see Numbered Note 1). 3. 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. 4. This announcement constitutes the only RFQ; quotes are being requested and a written solicitation will not be issued. 5. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080812. 6. The North American Industry Classification System (NAICS) code is 236220 and the business size standard is $31 Million. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Items Numbers (CLIN): CLIN 0001: Quantity/Units- 1 Lot, Item description: In Plant Office Struction CLIN 0002 Quantity/Units- 1 Lot, Item description: Additional 7 ft X 18 ft Inplant CLIN 0003 Quantity/Units-1 Lot, Item description: Inplant Shipping. CLIN 0004 Quantity/Units-1 Lot, Item description: Inplant Installation. CLIN 0005 Quantity/Units-1 Lot, Item description: Lockers (90 per lot). CLIN 0006 Quantity/Units-1 Ea, Item description: Floor Sealer may need to be removed. CLIN 0007 Quantity/Units-1 Ea, Item description: Furniture Work Station CLIN 0008 Quantity/Units -1 Ea, Item Description: Carpet - purchase and install 9. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and purhase award purposes. 10. Period of Performance: CLIN 0001 – CLIN 0008: 22 Sept 2008 – 31 Jan 2008 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to award to a single purchase order resulting from this RFQ.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single purchase order to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the RFQ, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 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 and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.232-33 Payment by Electonic Funds Transfer Central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Quoters are required to complete and include a copy of the following provisions with their quotes (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 14. The provisition at 52.237-1, site visit is included. A site visit is required to submit a quote for this requirement. (a) Site visit is schedule for 9 Sept 2008 at 9:00am EST, please contact the POC below for details by 8 Sept 2008 4:00pm EST: Name: _____Lauren Weitzel ______________________ Address:____1535 Command Dr.___________________ ___________Andrews AFB, MD 20762______________ Telephone:___301-981-3391_______________________ 15. Contact A1C Lauren Weitzel at 301-981-3391 or e-mail lauren.weitzel@afncr.af.mil to obtain a solicitation handout. Quotes must be received no later than 2:00pm EST, 29 August 2008. Proposals can be mailed to: 316 CONS/LGCBB, ATTN: A1C Lauren Weitzel, 1535 Command Drive, E-202, Andrews AFB, MD 20748. Facsimile proposals will be accepted at 201-981-1910. STATEMENT OF WORK 1st Helicopter Squadron REQUIREMENTS 1. Scope: A. The contractor shall provide purchasing action and complete operational installation of all required items on this contract. B.The project site is: 1st Helicopter Squadron Hangar 1 Andrews AFB, MD 20762 i. 2.SPECIFICATION A. This PWS establishes the minimum requirements for the acquisition and installation of modular structure addition. The contractor shall furnish all items required by the attached specification listing. B.Structure design has been accomplished to 1st Helicopter Squadron requirements for additional space. The 1st Helicopter Squadron will be responsible for moving their personal belongings and government equipment off designated work area. C.WARRANTY. The Contractor shall provide manufacturer’s standard warranty against premature wear, color fade or staining from normal office staining agents and all other applicable warranties. 3. DELIVERY, STORAGE AND HANDLING The contractor shall be responsible for the receipt, storage, and handling of all materials and supplies necessary to provide a complete and fully operational installation. A.Delivery location:1st Helicopter Squadron Hangar 1 Andrews AFB MD 20762 B. Storage requirements/Expectations: -The contractor shall confine all apparatus and the operation of the work force to the project site. All equipment will be delivered to the site at the time of use. All furniture and equipment shipped early will be stored off base, in a weather or vandal and theft proof storage facility, until ready for installation. C.Contractor will be required to provide a site visit. D.The contractor shall check the structure for completion of the orders and for correctness of the shipment. Correct all problems promptly to ensure a smooth and timely installation. E.Delivery: -The contractor shall complete a site visit on 9 September 2008 and installation shall be completed by 31 Jan 09, unless otherwise contacted for earlier/later delivery and installation. 4. PROJECT CONDITIONS: All deliveries shall be coordinated through the 1 HS and 316 CONS. 316 CES and 744 COMM will be involved with this contract as well. 5. INSTALLATION: A. The contractor shall be responsible for verification of site dimensions and conditions. Discrepancies shall be noted prior to the beginning of the installation. Dimensions are as follows. The original modular building will be expanded by 27’ in length. The width will remain the same. Inside the expanded modular building will have an increase in the length of the locker area. This will be increased from 22’5 to 42’. This leaves the increase total of 19.7'. The front of the building will be increased by 7’5”. B.Installation of all items is to be in accordance with manufacturers’ recommendations and instructions. The requirement for an expanded 1st Helicopter Squadron AFE facility is as follows. The structure must be prefabricated, modular structure capable of being placed in the current location within Hangar 1. It requires modular desk space for 7 personnel. One work station will need to be installed. Carpeting and electrical outlets will also need to be installed. It will require the rewiring/relocation of 4 outlets, 1 emergency light, 1 exit sign, and 1 fire detector. A drop ceiling and fire sprinkler system are needed. There is a dividing wall that will need to be removed, while keeping the work area operational. The drop ceiling will need to replace the area where the dividing wall was removed. The 7.5’ addition will include 2 outlets (one on each side) and 4 ceiling lights (two on each side). There will be no additional A/C Units or guard rails installed for this project. C. The locker area will be expanded and 90 full lockers will replace the half lockers that are currently installed. The contractor will be responsible for moving and disposing of the blue full length existing lockers outside of the building. They will also remove the grey lockers inside the building and replace them with 90 full length grey lockers. The grey lockers being replaced will be staged outside of the building. D.Workstation Specs: WORKSTATION WITH FABRIC PANELS, 6' DEEP X 4' 6' WIDE X 671/4" HIGH PER CUBICAL THE CUBICAL SHALL HAVE THE FOLLOWING: 1 EACH 3-DRAWER FILE. 1 EACH 2 DRAWER FILE. 1 EACH RETRACTABLE KEYBOARD AND WRIST SUPPORT. 1 EACH OPEN TOP FIXED / BASE OVERLAP FILE. E.Carpet will be installed in the locker and the area where the dividing wall will be removed. The carpet should be blue high traffic carpet, similar to what is in the building now. F. Installation, including aisle widths, clearances and electrical work will be in compliance with the Life Safety Code and American Disabilities Act Accessibilities Guidelines (ADAAG), as well as The National Electrical Code (NEC), or NFPA 70, for the United States standards for the safe installation of electrical wiring of equipment. G.The Contractor shall provide a crew experienced in installation of the required items and capable of meeting the contract requirements. H.All items and accessories are to be installed plumb, level, square and with proper alignment. I.The Contractor shall clean, polish and inspect all installed items and accessories for proper installation and free of defects. If damaged, contractor is responsible for replacement at no additional cost to the government. J.The Contractor shall remove all packing materials and installation residue from the project site and the Base at the end of the day. K.Upon completion of installation, the Contractor shall leave the project site in a neat and clean condition. Please email the following contact for a copy of the drawings: Lauren Weitel Lauren.weitzel@afncr.af.mil 301-981-3391
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36f5efbe2af8525e180c0c37ba515063&tab=core&_cview=1)
- Place of Performance
- Address: Hanger 1 - Andrews AFB, ANDREWS AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01666110-W 20080912/080910222327-36f5efbe2af8525e180c0c37ba515063 (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 |