Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1997 PSA#1932

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

N -- INSTALLATION OF LIGHTNING PROTECTION FOR BUILDINGS 1270 & 1282 SOL F08637 97QY476 DUE 092397 POC SSgt Todd W Annes, (850)-283-8612, 283-2931 E-MAIL: Click here to contact the Contract Specialist via e-mail., annest@sup.tyndall.af.mil. This is a combined synopsis/solicitation of a fixed price contract for commercial items in accordance with the format in FAR 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; proposals are being requested and a formal solicitation will not be issued. This project, solicitation number F0863797QY476, is to be issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 90-46. The Purchase Order will be for installation of a Lightning Protection System for Buildings 1270 and 1282 at Tyndall AFB, FL. The period of performance will be from 15 Oct 97 through 31 Dec 1997. This is a firm-fixed price purchase order. This is a 100% small business set-aside. The Standard Industrial Classification (SIC) code is 1799, with a small business being one with annual income less than $7.0 million. Offerors are to complete each of the 3 Contract Line Item Numbers (CLINS) (one for each phase of installation). No partial bids will be accepted. Contractors actions will include but are not limited to providing all labor, equipment, materials and services required to: Install a staged lightning protection system to stop/prevent damage to training equipment caused by electrical surges and lightning strikes. CLIN 001: Protection to be provided for phase 1 (Bldg 1270) is installing of protection at 6 power panels configured to 120/208 volt, 3 phase and 3 power panels configured to 277/480 volt, 3 phase. All units shall be equipped with indicator lights and audible alarms to notify any damage to the circuit integrity of the protection device. The devices currently installed shall stay in place for redundant protection. CLIN 002: Phase 2 is to complete the electrical system protection of Building 1270 with nine additional 120/208 devices and one 277/480 device also to include indicator lights and audible alarms. After completion of phase 2 Bldg 1270 must meet the two stage protection requirement throughout the building (No Antenna Coax Conductive Paths will be included). CLIN 003: The 3rd Phase of installation will be the protection of A/C power conductive paths to be staged protection and selected telephone cable conductive paths for Building 1282 (only to include telephone wires used by phone numbers in 1282). All devices used for this requirement shall have a minimum of a 25 year warranty with unconditional free replacement of the protection device. A site survey and an estimate of cost of each phase of installation will be necessary. FAR Clause 52.236-27 Site visit applies and an organized site visit will be conducted on 19 Sept 97 at 9:00 AM Central Time starting at the 325th Contracting Squadron (Bldg 647), Tyndall AFB, FL. Personnel planning on attending the site visit should make notification of intent by providing name of firm and person attending the site visit. No written copies of this solicitation will be available. Offerors are to include a completed copy of the provision at FAR 52.212-3, "Offer Representations and Certifications- Commercial Items" with quote (Format will be provided during site visit). The provisions at FAR 52.212-1, "Instructions to Offerors- Commercial Items", applies to this service. The Government intends to evaluate offers and award a contract without discussions. Therefore, qualified contractors should submit a quotation with the best possible price. The Government may reject any or all offers if such actions are in the public's best interest. Provisions at FAR 52.212-2, "Evaluation- Commercial Items," apply to this order. The Government intends to award a contract from this solicitation to the lowest-priced, responsible offeror, whose past performance is found to be acceptable, whose offer conforms to the solicitation to satisfy the Government's needs, and whose offer will be most advantageous to the Government. The clause at FAR 52.212-4, "Contract Terms and Conditions- Commercial Items", applies to this acquisition. The clause at FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items", applies to this acquisition [this includes, but is not limited to, the following FAR clauses: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 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 class 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]. The clause at FAR 52.219-6, "Notice of Total Small Business Set-Aside," applies to this solicitation. Department of Labor wage Determination 94-2121 Rev 7 will apply. Quotes shall be submitted in writing (Fax copy is accepted) to the 325th Contracting Squadron, address above, not later than COB 23 Sep 97. Attention: SSgt Todd Annes, (850) 283-8612/2931, 325th CONS/LGCS, FAX (850) 283-3963 or e-mail: annest@sup.tyndall.af.mil (0258)

Loren Data Corp. http://www.ld.com (SYN# 0076 19970917\N-0001.SOL)


N - Installation of Equipment Index Page