Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2002 FBO #0097
SOLICITATION NOTICE

99 -- Replace Double Doors

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
F25600-02-T-0027
 
Response Due
3/20/2002
 
Archive Date
4/4/2002
 
Point of Contact
Doug Lambert, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430, - Stacy Mazurek, Contract Specialist, Phone 402-294-2248, Fax 402-294-0430,
 
E-Mail Address
douglas.lambert@offutt.af.mil, stacy.mazurek@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation, Part 12. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number F25600-01-T-0037 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-04. This procurement is set aside for 100% small business. The North American Industry Classification System (NAICS) code is 332321. The business size standard is 500 employees. Offutt AFB intends to issue a purchase order for the following services: STATEMENT OF WORK Replacement of four sets of double doors BLDG 323 SCOPE: The work covered by this statement of work includes the furnishing of all labor, materials and equipment in performing all operations in the removal of four sets of double doors from existing frames and replacing with new doors and hardware. Existing steel frames will be used for new doors and replacement doors hinge pockets must match hinge pockets in existing frame. GENERAL: The work under this contract will be performed at Offutt AFB, Nebraska and can proceed when material is available and be completed no later than 30 April 2002. Contractor will comply with the following provisions and is subject to the terms and conditions of the contract. Door type and required hardware for each set of double doors is listed below for each location. Door numbers will coincide with attached blue print.Door #1 Set of 2/8 x 7/0 18 gauge steel doors, blank lock edge, each door will have an 8?x32?x1/4? clear safety glass window installed Hager #BB1279 4-1/2? hinges, US26D finish, non-removable pin Doorway will have a Corbin Russwin #508 removable mullion installed with a keyed mullion bracket set (for key removable mullion) Corbin Russwin #ED5200CD 36? panic device with cylinder dogging, US26D finish installed on each door Simplex #2015 installed on the active door that operates panic device Rockwood #111 10? pulls US32D finish installed on exterior of doors Corbin Russwin #DC2416 heavy duty aluminum closures Reeves #S488V 6? threshold Reeves #807 weatherseal 6070 Reeves #967 brush sweeps 32? Reeves #608 foam post seal set 3 Sargent cylinders, removable core 626 with cores HJ keyway (used for removable mullion and panic device dogging) Door #2 Set of 3/0 x 7/0 18 gauge steel doors, blank lock edge, each door will have an 8?x32?x1/4? clear safety glass window installed Hager #BB1279 4-1/2? hinges, US26D finish, non-removable pin Doorway will have a Corbin Russwin #508 removable mullion installed with a keyed mullion bracket set (for key removable mullion) Corbin Russwin #ED5200CD 36? panic device with cylinder dogging, US26D finish installed on each door Simplex #2015 installed on the active door that operates panic device Rockwood #111 10? pulls US32D finish installed on exterior of doors Corbin Russwin #DC2416 heavy duty aluminum closures Reeves #S488V 6? threshold Reeves #807 weatherseal 6070 Reeves #967 brush sweeps 36? Reeves #608 foam post seal set 3 Sargent cylinders, removable core 626 with cores HJ keyway (used for removable mullion and panic device dogging) Door #3 Set of 3/0 x 7/0 18 gauge steel doors, blank lock edge, each door will have an 8?x32?x1/4? clear safety glass window installed Hager #BB1279 4-1/2? hinges, US10 finish Rockwood #70B push plates US10 finish Rockwood #122X70B pull plates US10 finish Corbin Russwin #DC2210 691 closures, US10 finish Reeves #967G gold seals 8?X34? kickplates US10 finish installed on both sides of doors Door #4 Set of 3/0 x 7/0 18 gauge steel doors, blank lock edge, each door will have an 8?x32?x1/4? clear safety glass window installed Hager #BB1279 4-1/2? hinges, US26D finish, non-removable pin Doorway will have a Corbin Russwin #508 removable mullion installed with a keyed mullion bracket set (for key removable mullion) Corbin Russwin #ED5200CD 36? panic device with cylinder dogging, US26D finish installed on each door Simplex #2015 installed on the active door that operates panic device Rockwood #111 10? pulls US32D finish installed on exterior of doors Corbin Russwin #DC2416 heavy duty aluminum closures Reeves #S488V 6? threshold Reeves #807 weatherseal 6070 Reeves #967 brush sweeps 36? Reeves #608 foam post seal set 4 Sargent cylinders, removable core 626 with cores HJ keyway (used for removable mullion, panic device dogging and electric power shut off switch) This entrance is handicapped excisable and has two electric automatic door operators that will need to be removed and reinstalled on new doors. Supply 1 keyed electrical switch (to be installed by government) Contractor will be responsible to set up and maintain a perimeter at the required distance to protect building patrons from construction debris and any hazards associated with the replacement of doors. Contractor will be responsible to protect interior and exterior wall finishes and makes repairs to any damage caused by door replacement. Contractor will be required to make a site visit to confirm any measurements that are required to replace existing doors. DISPOSAL OF MATERIAL: All debris and other material resulting from work accomplished under this statement of work will be disposed of by the contractor outside the confines of Offutt AFB, NE. INVOICES: The contractor shall submit invoices to block 9 of this order. The invoice must have the purchase order number stated clearly on it. THE CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR2000.COM TO REGISTER PRIOR TO SUBMITTING QUOTE. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE ALLOWED. The Clause at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with 52.212-2, Evaluation- Commercial Items (price will be the ONLY evaluation factor); FAR 52.212-3, Offeror Representations and Certifications; Commercial Items, and 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 Statues or Executive Orders; Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable); 52.219-6 Notice to Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer; Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.222-3, Convict Labor; 52.223-13 Restriction on certain foreign purchases; 52.232-33, Payment by Electronic Funds; 52.233-3, Protest After Award; 52.237-1; 52.245-4, Government Furnished Property; 52.247-34 FOB Destination; 52.252-1, Solicitation Provisions incorporated by reference; 52.252-2 Clauses incorporated by reference; 52.252-5, Authorized Deviation and Provisions; 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses also apply to this acquisition: 252.204-7004 Required Central Contracting Registration; 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following AFFARS clause also applies to this acquisition. Offers are due 4:00 pm CST 8 Mar 02. Interested contractors please contact Douglas Lambert at (402)-294-9601 for additional information. Quotes should be submitted in writing to: 55 CONS/LGCA, 101 Washington Square, Bldg 40, Offutt AFB, NE 68113-2107, or you may send a fax to number (402) 294-0430 or email to Douglas.Lambert@offutt.af.mil. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a ?link? to procurement opportunities and important information. It is designed to be a ?virtual? one-stop-procurement. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a) women-owned, HUB Zone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and /or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to Commerce Business Daily (CBD), federal and state agency home pages and other sources of procurement opportunities. c
 
Place of Performance
Address: Offutt AFB
Zip Code: 68113
Country: US
 
Record
SN00037680-W 20020309/020307213152 (fbodaily.com)
 
Source
FedBizOpps.gov 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.