Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
MODIFICATION

99 -- Air Traffic Control Tower Window Shades

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT741166AG01
 
Archive Date
9/20/2011
 
Point of Contact
Evan P. Parraghi, Phone: 2106528599, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
evan.parraghi@us.af.mil, vivian.fisher@us.af.mil
(evan.parraghi@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 902d Contracting Squadron at Randolph AFB, Texas has a requirement for 58 Air Traffic Control TowerWindow Shades in accordance with the specifications listed in the Description of Supplies. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 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. 2. This solicitation is issued as F3PT741166AG01. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. The associated North American Industry Classification System Code (NAICS) is 337920; size standard 500 employees/dollars. 5. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 6. Description of Supplies: CLIN 0001, FAA-Approved Air Traffic Control Tower Window Shades, Single Shade, plus installation. Qty-12 Location: Randolph AFB Texas. CLIN 0002, FAA-Approved Air Traffic Control Tower Window Shades, Single, plus installation. Qty-23 Location: Seguin Texas CLIN 0003, FAA-Approved Air Traffic Control Tower Window Shades, Single, plus installation. Qty-23 Location: Seguin Texas MODIFICATION The general measurements are; 96" top width, 87" height, 82" bottom width. These are general estimates. Each pane must be measured and each shade has a left or right bias cut - meaning the sides are not parallel, one edge is 90 degrees to the top/bottom and one edge is not. FAA-ANI-300-380 ATCT Transparent Plastic Window Shades. Specifications: (1) Shades shall be of dark, heavy duty, F72 SR material by Plastic-View, Simi Valley, CA (800) 468-6301 or FAA approved equal. Surface tinting and/or color adhesives will not be accepted as equal without independent reports qualifying the color stability in comparison with the vat dyed process. (2) Ultraviolet Transmission: The shade shall transmit no more than 2 percent of the ultraviolet solar energy (from 300 to 380 nanometers) when measured by AIMCAL standard methods. (3) Visible Light Transmission: The shade shall transmit no more than 4 percent of the visible solar energy. (4) Total Solar Energy Rejected: The shade shall reject 60.5 percent of the total solar energy transmitted: a) Solar Absorptions: 61 percent b) Shading Coefficient: 0.45. (5) Bottom Bar (K-Bar): Shades shall have a flat 1-inch by ½-inch dull black, full width metal hemline bar, minimum 26-gauge, at bottom onto which the pull cord and shade are attached. Black plastic end caps shall be provided on each end of the hemline bar to cover any sharp exposed edges. (6) Shade Cords: Cords shall be colored black and of sufficient length to route around equipment to cord lock positions wherever required. The cords shall be diameter rope made of 4.5 Duro Nylon or approved equal and shall be attached underneath the center of the bottom of the hemline bar. (7) Shade Roller: Shades shall be mounted on 1 ¾-inch diameter metal wrapped rollers. The rollers shall be spring loaded, single piece barrel, with a reusable safety cotter key type retainer installed through both endpins and washers to prevent roller from falling out of mounting brackets. Constant tension in shade is required. Mounting brackets shall be Plastic-View, Simi Valley, CA, PV 128-205A and B, or approved equal with a 2 ¼-inch resting ledge. A label stating "This End Down" with an arrow pointing in the proper installation direction of the roller into the mounting brackets shall be placed on the spring motor end of each shade roller. A number sticker on the bottom of the K-Bars, with each shade's number, this side in saving installation time and eliminates the possibility of putting wrong shade in wrong brackets during shade washing, cab painting, ceiling work, etc. The shade film laminate material shall be mounted on rollers to minimize ridging. Roll-off direction of material form roller shall be as directed by the architect or shade manufacturer for use in this specific tower cab. Each shade shall have a label or other suitable means required to specify and identify the proper roll-off direction, as called for by NAFEC/National Test Center. (8) Shade Labels: Each shade shall have two manufacturer's labels attached to the metal bar hemline giving cleaning instructions and the telephone number for emergency service. (9) Lock Pulley and Cord Directional Change Pulley: Lock pulleys shall consist of a roller and spring return side action cam cord grip #R359 RWO or approved equal. Cord directional change pulleys PV-128 CDC by Plastic-View, Simi Valley, CA or approved equal shall be used to route shade cord around obstructions where they exist to ensure each shade cord ends in an easily accessible operating location for controllers. Pulleys shall be positioned in direct line with cord outlet on metal hemline. (10) Shade Size: Shade roller tip-to-tip width shall be to within ½-inch of maximum possible width as determined by physical limitations. Shade material width with shade fully drawn shall be to within 1 inch of columns on bias cut sides and to within 1 ¾-inch of columns on vertical cut sides. Horizontal seam shall be located a minimum of 70 inches from the bottom of the shade. Shades in ATCT cab shall be bias cut to conform to shape of window when possible. To ensure a safe roll-up a minimum of 15 inches of shade material shall remain on the roller when the shade is fully extended. (11) Measuring for Shades: Measuring for shades and positioning shall be strictly in accordance with the shade manufacturer's instructions. Marks showing the precise position of all brackets, pulleys, and metal hemline positions as related to the factory measuring instructions shall be provided. All measurements shall be taken per instructions from shade manufacturer. Note: if this item is available through the General Services Administration (GSA) program, please provide the GSA contract number and expiration date. 7. Desired Delivery is: Three (3) Weeks ARO Indicate proposed delivery in quote and FOB in your quote. Delivery address is: Randolph AFB / Seguin Airfield Tx. 8. In accordance with 52.212-2, Evaluation -- Commercial Items, the Firm-Fixed-Price award will be based on price, compliance with the description of supplies, and past performance. For past performance evaluation submit at least three relevant references from previous work to include telephone numbers and names. To be relevant, prior work must have included both product and installation. Based on the results of the evaluations, the government reserves the right to award to other than the low offeror. 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 10. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman. 11. Payment information: Invoices for supplies/services rendered are submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Offerors shall self-register at the web site https://wawf.eb.mil. Training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. 12. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 13. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. 14. All responsible sources may submit a quote. Written quotes must be received no later than 01 Sep 2011, 2:00 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offers will not be considered. 15. Points of Contact: Evan Parraghi, Contracting Specialist, Phone 210-652-5171, Fax 210-652-5135, Email:evan.parraghi@us.af.mil. Contracting Officer: Vivian Fisher, vivian.fisher@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT741166AG01/listing.html)
 
Place of Performance
Address: Randolph AFB, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02555702-W 20110901/110831000208-6b1a8b31a1399149a2eff9bab1fc2053 (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.