MODIFICATION
62 -- This amendment adds Q&A's received in response to this solicitation. It also adds clarification and additional requirments for line items 2 & 5.
- Notice Date
- 8/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- Contracting Office
- 127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
- ZIP Code
- 48045-5213
- Solicitation Number
- W912JB11T4046
- Response Due
- 8/31/2011
- Archive Date
- 10/30/2011
- Point of Contact
- Maygan Rhodes, 586-239-2647
- E-Mail Address
-
127 MSC
(maygan.rhodes@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (I) 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. (II) Solicitation W912JB-11-T-4046 is issued as a Request for Quote (RFQ). (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. (IV) This acquisition is reserved for a small business concerns. The associated NAICS code for this acquisition is 335122; Standard Industrial Classification code is 3646; Small Business size standard is 500 employees. (V) SCHEDULE OF SUPPLIES/SERVICES: LINE ITEMDESCRIPTIONQTYA/R 1.400 watt, 5000K CCT High Bay LED fixture,60 EA R 2.4' LED, 40watt Double Pin replacement36 EAR lamp 5000K CCT 94 EA extra bulbs 3.200 watt or equiv. LED Single fixture ceiling mount Replacementfixture1 EA R 4.300 watt or equiv., 5K CCT Adjustable LED flood full fixture -also requires wiring and painted conduit (white color), 28 EA A 5.8' single pin 60watt LED Replacement lamp, 5000K CCT24 EAR 6 EA extra bulbs 6.LED Parking garage fixture, 250watts 7 EAR 6 EAA 7. 4' - 4 tube, double pin LED fixture to fit lamp in line 29 EA A 8.4' - 6 tube, double pin LED fixture to fit lamp in line 2, 7 EA A 9.2X4 standard prismatic lens 1 EA R 10.Services, Non-Personal: The contractor shall provide all equipment, materials, labor, and supervision necessary to complete replacement, addition and installation of (approximately 118 fixtures and 60 lamps), as well as proper disposal of all fixtures and lamps being replaced (approximately 68 fixtures and 60 lamps). Installation can be completed on or after September 26. On-site work shall be coordinated with TSgt Brian Carney or his designated Alternate. Installation can be completed during normal duty hours (6:30am - 5:00pm) Monday Thru Friday. Contractor's Equipment can be stored on-site during the installation process. This requirement is for the purchase of all bulbs, fixtures, disposal of old bulbs and complete installation of new and replacement fixtures. Items will be new additions (A) or replacements for existing fixtures (R) Some line items are annotated with an replace (R) or add (A) description. A - items - Add fixture and all required wiring R - items - Replace an existing fixture. Line items 2 & 5 are LED replacements for Fluorescent bulbs. 400W is the wattage for the Metal Halide that is currently in the hanger and our requirement is for a 400W equivalent in LEDs which should consume 125 watts LED Tube Lamp replacements must possess the following characteristics: In-Situ Max Source Temp of 36.5C LM-80 UL Listed. 2 light switches shall be installed per wall in hangars for control of the flood lights (Line item 4) to control half the lights on each wall. In Hanger 3 & 4 the 3 flight line side (south side) lights shall be controlled by one switch, the other 2 flood lights shall be controlled by the second switch. In hanger 6 there shall be 2 switches in back and 2 in front. Floor plans are attached to amendment 1 of this solicitation. Breaker input voltage is 120. Breakers are surface mount, square, d-panel load center. Include delivery estimates, number of days required for installation/disposal and warranty terms with your quote. (VI) This requirement is for the purchase of all bulbs, fixtures, disposal of old bulbs and complete installation of new and replacement fixtures. (VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045 with a period of performance of 26 Sep - 10 October. (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) Quotes will be evaluated on a best value basis. Evaluation of quotes will be based on a technical acceptability, lamp replacement costs, warranty terms and overall price. (X) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) The following clauses in their latest editions apply to this acquisition: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-6, Davis-Bacon Act 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-5, Pollution Prevention and Right-To-Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following additional provisions are incorporated by reference: 52.214-22, Partial Bids - Partial Bids will be considered. In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this advertisement, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate 52.232-18, Availability of Funds 52.237-1, Site Visit (XIV) N/A. (XV) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonably attainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. An organized site visit has been scheduled for Tuesday, August 23, 2011 at 1:00PM Eastern Time. Access to location is restricted and requires advance planning. Site visit attendees must contact Maygan Rhodes at Maygan.rhodes@ang.af.mil no later than 4:00 PM Eastern Time August 22, 2011 with the names of persons attending. Participants will meet at the Selfridge Air National Guard Base Visitor's center, 44875 N. Jefferson Avenue, Selfridge ANGB MI 48045. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted to this website. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 1:00 P.M. EST, 25 Aug 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offers are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 4:00 P.M. EST, 31 Aug 2011. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted at 127wg.contractomb@ang.af.mil, please CC: maygan.rhodes@ang.af.mil. Point of Contact for this solicitation is TSgt Maygan Rhodes, 586-239-2647.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB11T4046/listing.html)
- Place of Performance
- Address: 127 MSC Contracting Division, 43200 Maple Street, Building 105 Selfridge Air National Guard Base MI
- Zip Code: 48045-5213
- Zip Code: 48045-5213
- Record
- SN02552842-W 20110829/110827233330-fbce077e9f72a77dbab44aef3207ec85 (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 |