SOLICITATION NOTICE
78 -- Playground Equipment and Installation - Statement of Work
- Notice Date
- 7/25/2017
- Notice Type
- Cancellation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA480017Q0020
- Point of Contact
- Brian M Benedictus, Phone: 7577645520
- E-Mail Address
-
brian.benedictus@us.af.mil
(brian.benedictus@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Full Statement of Work--Playground Equipment and Installation Please note: 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. Statement of Work: Overview The Pershing Child Development Center (CDC) requires a complete replacement of the cunent Pre-Toddler Playground Equipment. Replacement is to ensure age appropriate equipment for children ages 6 months- 24 months. AFI 34-144, Child Development Centers and the DoD Child Development Center (CDC) Inspection Criteria (revised Mar 2016) both require the manufacturer's instructions must be followed when installing playground equipment. All playgrounds surfaces and equipment must meet the Architectural Society for Testing and Materials (ASTM), Consumer Product Safety Commission (CPSC) Standards, Architectural Barriers Act and be age appropriate. The current playground equipment is marked for ages 2-5 years old. During the 2016 Higher. Headquarter Annual Inspection as well as the 2017 Safety Inspection it was found that the existing playground equipment is not age appropriate and must be replaced to meet NAEYC and Air Force requirements. General Requirements •a. All work with be coordinated with the Government •b. All work will be performed during 0530-1800 hours unless otherwise coordinated with the Government. •c. The pe1f01mance period is based upon postured JB Langley/Eustis THREATCON ALPHA or less restrictions. •d. Project duration based upon uninterrupted sequential access to work areas •e. The Goverlllllent coordinates a location with a minimum of TWO (2) parking spaces and will approve a location for a dumpster(s). •f. Warranty specifics along with drawings to include furniture design/layout plans, are required to be submitted with quotes. •g. Site visit is requires to inspect space and take exact measurements. System Design •a. It shall be the responsibility of the contractor to remove and dispose of the current specified playground equipment and rubberized surface. •b. It shall be the responsibility of the contractor to install new playground equipment to new foot print as drawn on design plan. •c. It shall be the responsibility of the contractor to repair or replace rubberized surface area during the install to ensure a safe play environment upon completion of the work. •e. It shall be the responsibility of the contractor to provide new playground equipment that is new, high quality and professional looking. Configuration includes custom play area design per drawing, includes ground level panels, Firstplay Infant Fun Center and Firstplay Design #5. EPDM Rubber-provide and install 704 SQ Ft 1/2" EPDM Cap 50/50 color and black mix over 1-1/2 base rubber; Provide and spread 704 SQ Ft filter fabric; compacted stone as needed to fill in holes from where old rubber was removed. Training It shall be the responsibility of the contractor to ensure maintenance manuals are provided that contain the following: •a. Manufacturer's maintenance manual listing routine maintenance procedures, possible breakdowns, repairs, and troubleshooting guides. The instructions shall include simplified diagrams for the equipment as installed. •b. Manufacturer's list of parts and supplies with current unit price and address of mannfacturer' s parts supply warehouse. Warranty Certified Installation of all equipment, including lifetime installation wmrnntly Time line /Schedule Contractor shall work with installation POC to determine the dates of design and installation. All equipment will be provided, installed, and operational no later than 30 December 2017. Installation schedules will be coordinated and approved through the contracting representative. Specifications are the responsibility of the installer. User Points of Contact Brian Benedictus Contracting Specialist 757-764-5520
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA480017Q0020/listing.html)
- Place of Performance
- Address: 633 SVCS, 350 Clark Ave, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN04597034-W 20170727/170726043025-80aa9adecb7447bf2ab3de01a7785c9a (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 |