|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1998 PSA#207237th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX
78236-5253 Z -- REPLACE EXTERIOR DOORS, FRAMES, AND GLASS AT 5 BUILDINGS SOL
F41636-98-Q0652 DUE 042498 POC Senior Airman Danita Davis, USAF (210)
671-1776 Fax (210) 671-5063 This is a combined synopsis/solicitation
for commercial items (non-personal services), 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; offers are being requested and a written
solicitation will not be issued. This solicitation is issued as a
request for quotes (RFQs). Submit written quotes (oral offers will not
be considered), on requisition F41636-98-Q-0652. This procurement is
100% Small Business Set Aside. All Statement Of Need requirements must
be met as they appear in this notice. Use brand names or equal (if
equal, submit technical literature), in your offer. Quantities are
estimated and considered minimum. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. Standard Industrial Code 1751. The
provisions at FAR 52.22-41 Service Contract Act of 1965, as amended
(May 89) and the U.S. Department of Labor, wage determination number
94-2521 revision 15 (11/26/1997) are applicable to this requirement.
Delivery: Work to commence 10 calendar days after award and be
completed within 50 calendar days after award. FOB: Destination for
delivery to buildings: 10802, 10804, 10806, 10263 and 431, Lackland
AFB, TX. 78236. The provisions at FAR 52.212-1, Instructions to
offerors -- Commercial Items, applies to this acquisition. The
provisions at FAR 52.212-2, Evaluation -- Commercial Items, applies to
this solicitation. The clause at FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items, applies to this solicitation. Specifically the
following clauses, cited are applicable to this solicitation : FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
special disabled and Vietnam ERA Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers. The clause at DFARS 252.212-7001,
Contract Terms and Conditions required to implement Statues or
Executive Orders applicable to Defense Acquisition of Commercial Items,
applies to this solicitation. Specifically the following clauses, cited
are applicable to this solicitation: DFARS 252.225-7001, Buy American
Act and Balance of Payment Program. Offerors must include with their
offer a completed copy of the provisions at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, and DFARS
252-212-7000, Offerors and Representations and Certifications --
Commercial Items, applies to this solicitation. Award will be based on
lowest price, technical capability, and responsible offer. All Quotes
must be faxed to POC Senior Airman (SrA) Danita Davis at (210)
671-5063 not later than 4:00 p.m. (CST), 24 Apr 98. Acceptance must be
good for 60 days. Award will be made on or about 04 May 98. All
responsible small business sources may submit an offer, which, if
timely received will be considered by this agency. Statement of Need:
General: The Contractor shall provide all personnel equipment, tools,
materials, supplies, labor supervision and other items and services
necessary to perform the services of removing existing doors, frames
and accessories and install new doors, frames, and accessories as
specified. Work will be performed between the hours of 07:30 am to 4:30
p.m. Mondays through Fridays (except holidays). All facilities are
required to be secured and the work area to be cleaned at the end of
each day. It is the responsibility of the contractor to ensure all work
shall be accomplished to meet this requirement at the end of each work
day. Manufacturer's standard performance guarantees or warranties for
at least a one-year period shall be provided. Contractor shall replace
existing doors, frames and glass with new at bldgs. 10802, 10804,
10806.: 1-3/4" x 4-1/2" dark bronze framing, wide stile doors with
Jackson #1085 concealed rod panics (excepted where noted) and 1/4"
bronze tinted glazing for the following size openings: (a) 1-6'-0"x
8'-0" with one pair of 3' -0" x 7'-0" door (no panic) with transom and
sidelite at interior vestibule glazed with clear glass. (b) 1-6'-0" x
8'-0" with one pair 5'-0"-7'-0" doors with panics, transom and
sidelite at exterior front entrance glazed with bronze tinted glass.
(c) 6-4'-2" x 8'-2" with one single 3'-0 x 7'-0 doors with panic,
transom and sidelite at the ends of buildings glazed with bronze tinted
glass. (d) doors shall include 1-1/2" pair of butts per leaf, standard
overhead closures and thresholds. Contractor shall replace existing
steel doors, frame, and glass mullions with new doors at Building
10263. At each entrance to the CATM Dayroom contractor shall install
the following, two each at each entrance: Steel Doors C8M 3'-0"x7'-0"
x NVI x 1/4" Wire Glass x Top Caps, with three ea. hinges, T4A3786
4-1/2"x4-1/2" 26D NRP, one ea. exit device 8888F x 98KPTB, one ea.
closures EN1230 PSH, one ea. kickplate 10" x 34" US32D and one ea. at
entrance mullions EN 980 84" Materials include: (a) 4 ea. Steel Doors
C8M 3'-0" x 7'-0 x NVI x 1/4"Wire Glass x Top Caps. (b) 12 ea. Hinges
T4A3786 4-1/2" x 4-1/2" 26D NRP. (c) 4 Exit Devices 8888F x 98KPTB. (d)
4 Closures EN1230 PSH. (e) 4 Kickplate 10" x 34" US32D. (f) 2 Mullions
EN 980 84". At building 431, contractor shall remove and reinstall
existing doors, remove, and replace sliding door track rollers,
brackets, and clips with new. Remove, rebuild and reinstall electric
operators. Remove clutches and install new clutches. Remove and replace
emergency release cables with 3/16" aircraft cable on sliding doors.
Materials: Aluminum doors and frames: Extrusions shall comply with ASTM
B 221, Alloy 6063-TS except alloy used for anodized color coatings
shall be required to produce the specified color. Aluminum sheets and
strips shall comply with ASTM B 209, alloy and temper best suited for
the purpose. Fasteners shall be hard aluminum or stainless steel.
Finish shall be color anodized. Color anodized finish Shall be
AA-MIOC22A42 in accordance with the requirements of AA DAF-45. Samples
of the color anodized coating, showing the extreme color range, shall
be submitted for review after award. Anchors shall be stainless steel
or steel with a hot-dipped galvanized finish. Anchors of the sizes and
shapes required shall be provided for securing aluminum frames to
adjacent construction. Anchors shall be placed near top and bottom of
each jamb and at intermediate points not more than 625 mm. apart.
Transom bars shall be anchored at ends, and mullions shall be anchored
at head and sill. Vertical mullion reinforcement shall be of
sufficient length to extend up to the overhead structural slab or
framing and be securely attached thereto. The bottom of each frame
shall be anchored to the floor with 2.4 mm (3/32 inch) thick stainless
steel angle clips secured to the back of each jamb and to floor.
Stainless steel bolts and expansion rivets shall be used for fastening
clip anchors. Freestanding door frames shall be reinforced and
securely anchored to floor. Weather-stripping shall be continuous
silicone-treated wool pile type, or a type recommended by the door
manufacturer, and shall be provided on head and jamb of exterior doors.
Weather-stripping for bottom of doors shall be as recommend by the door
manufacturer. Weather-stripping shall be easily replaced without
special tools, and shall be adjustable at meeting stiles of pairs of
doors. Air leakage rate of weather-stripping shall not exceed 0.775 L/s
per lineal meter (0.5 cfm per lineal foot) of crack when tested in
accordance with ASTM E 283 at standard test conditions. Doors shall be
not less than 44.4 mm (1-3/4 inches) thick. Clearances shall be 1.6
mm. at hinge stiles, 3 mm at lock stiles and top rails, and 5 mm at
floors and thresholds. Single-acting doors shall be beveled 3 mm. at
lock and meeting stile edges. Double-acting doors shall have rounded
edges at hinge stile, lock stile, and meeting stile edges. Frames and
framing members shall be accurately set in position to receive doors,
transoms, and adjoining sidelights. Frames shall be plumb, square,
level, and in alignment, and securely anchored to adjacent
construction. Metal-to-metal joints between framing members shall be
sealed. Doors shall be accurately hung with weather tight covering
permitting air circulation. Doors and assembled frames shall be stored
in an upright position in accordance with DHI-A115.IG. Abraded,
scarred, or rusty areas shall be cleaned and touched up with matching
finishes. Doors and frames shall be factory fabricated in accordance
with SDOI SDI-100 and the additional requirements specified herein.
Door grade shall be heavy duty (Grade II) unless otherwise indicated.
Exterior doors and frames shall be designation G60 galvanized. Interior
doors and frames shall be designation G60 galvanized. Doors and frames
shall be prepared to receive hardware. Doors and frames shall be
reinforced, drilled, and tapped to receive mortised hinges, locks,
latches, and flush bolts as required. Doors and frames shall be
reinforced for surface applied hardware. Frames shall be welded type.
Door frames shall be furnished with a minimum of three jamb anchors and
one floor anchor per jamb. Anchors shall be not less than 1.2 mm (18
gauge) steel or 4.5 mm (7 gauge) diameter wire. For wall conditions
that do not allow the use of a floor anchor, an additional jamb anchor
shall be provided. Rubber silencers shall be furnished for
installation into factory pre-drilled holes in door frames; adhesively
applied silencers are not acceptable. Where frames are installed in
plaster or masonry walls, plaster guards shall be provided on door
frames at hinges and strikes. Full glass doors shall conform to SDOI
SDI-100, Model 3, and shall include provisions for glazing. Reinforcing
of door assemblies for closures and other required hardware shall be in
accordance with SDOI SDI-100 and the conditions of the fire door
assembly listing when applicable. Exterior doors shall have top edges
closed flush and sealed against water penetration. Door closing devices
shall conform to BHMA A156.4, Grade 1. Closing devices shall be
products of one manufacturer for each type specified. Thresholds shall
conform to BHMA A156.21. Thresholds for exterior doors shall be
extruded aluminum and shall provide proper clearance and an effective
seal with specified weather stripping. Latching thresholds shall
conform to BHMA A156.3, Type 26, and of such height that the bottom of
the door shall be 3 mm over the tread of the threshold and 3 mm below
the top of the stop. Where required, thresholds shall be modified to
receive projecting bolts of flush bolts or exit devices. Thresholds for
doors accessible to the handicapped shall be beveled with slopes not
exceeding 1:2 and with heights not exceeding 13 mm. Air leakage rate of
weather-stripping shall not exceed 0.775 l/s per lineal meter (0.5
cubic feet per minute per lineal foot) of crack when tested in
accordance with ASTM E 283 at standard test conditions. To the maximum
extent possible, locksets, latchsets and deadlocks shall be the
products of a single manufacturer. Lock cylinders shall comply with
BHMA A156.5. Lock cylinder shall have not less than seven pins.
Cylinders shall have key removable type cores that are interchangeable.
Disassembly of knob or lockset shall not be required to remove core
from lockset. All locksets shall accept same interchangeable cores and
shall be manufactured by Arrow Lock Company. Kick plates shall be
Category J100, stainless steel. Width of plates shall be 50 mm less
than door width for single doors and 25 mm less for pairs of doors.
Height shall be 400 mm.. (End of Statement of Need) Address any
technical questions to John Smith, at (210) 671-4881. A onetime site
visit will be conducted at 1:30 p.m., 15 APR 98, (meet) at building
10802, Lackland AFB, TX. 78236. Please contact John Smith at (210)
671-4881, to inform him that you will attend the site visit. (0099) Loren Data Corp. http://www.ld.com (SYN# 0175 19980413\Z-0031.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|