California Bids > Bid Detail

SCIF Door Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD00159091451790263
Posted Date: Feb 3, 2023
Due Date: Feb 10, 2023
Solicitation No: FA930123R0003
Source: https://sam.gov/opp/368eb9b8b9...
Follow
SCIF Door Replacement
Active
Contract Opportunity
Notice ID
FA930123R0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9301 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 03, 2023 12:57 pm PST
  • Original Published Date: Jan 05, 2023 12:56 pm PST
  • Updated Date Offers Due: Feb 10, 2023 12:00 pm PST
  • Original Date Offers Due: Jan 30, 2023 12:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 25, 2023
  • Original Inactive Date: Feb 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5670 - BUILDING COMPONENTS, PREFABRICATED
  • NAICS Code:
    • 332321 - Metal Window and Door Manufacturing
  • Place of Performance:
    Edwards , CA 93524
    USA
Description

BACKGROUND. The two existing STC 51 SCIF doors, one located at B2645 and the other located at B2646 have experienced alignment issues as they have aged. It appears that there are structural deficiencies in the walls causing the doors to drift from plumb approximately ¼”. This has resulted in interference between the deadbolt of the spin (combination) locks and the strike plates. The interference was cleared by filing the strike plate however, the doors remain out of plumb and require repair to the wall and replacement of the doors. The weight of the STC 51 and lack of structural support causes severe vibration of the walls when they are slammed shut. The slamming occurs typically under windy conditions when the vestibule door is opened while the STC 51 door is being closed. Alarming hardware is also required on two sets of double doors, one set in each building 2645 and 2646. Door replacement is required in room 102 of building 2645.



DESCRIPTION OF SERVICES/OBJECTIVES. The contractor shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to:




  • Design and construct structural solution that will facilitate reinforcing the walls in which the STC 51 doors are installed.

  • Remove and replace the existing STC 51 doors to included doors, frames, acoustical seals, sweeps, threshold, hardware, spin locks, and security intrusion detection

  • Install new doors plumb, true, and square to avoid improper closing/sealing.

  • Conduct sound testing and provide sound test report after installation of new STC 51 doors. Sound testing must be performed IAW ICD 705 Tech. Spec. v. 1.5.1

  • Remove existing surface mounted panic hardware on a pair of emergency exit doors in both B2645 and B2646 and replace with self-contained automatic alarming panic hardware. Alarm shall sound automatically upon pushing the panic bar on either the active or inactive leaf of the double doors.

  • Install door closers and coordinators on the two sets of emergency exit doors, one pair in B2645 and one in B2646.

  • Remove existing hollow metal door in room 102, building 2645 and replace with a high density, solid core, wood door. Remove, protect, and reuse existing hollow metal frame, butt hinges, and cypher lock. Install new acoustical seals on the jamb, around perimeter of door, threshold, and an automatic door bottom sweep that seals tightly upon the new threshold.

  • Damage to any existing finishes shall be repaired to match existing

  • Contractor shall be prepared to coordinate their work with facility occupants to minimize downtime

  • Contractor shall dispose of any debris generated through the work and clean the areas of the facilities where work was performed to original condition



The contractor is responsible for and required to implement, and maintain management control systems necessary to plan, organize, direct, and control all activities under this contract.



The contractor shall perform to the standards in this contract. This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under the contract. The contractor shall be responsible for maintaining communication with the contracting officer (CO) and the contracting officer’s representative (COR), and to immediately notify both the CO and the COR of any problems that would prevent timely performance of this contract.



SECURITY REQUIREMENTS. All Contractor employees will be subject to a criminal history background check IAW Air Force Manual (AFMAN) 31-113, Installation Perimeter Access Control, published 26 February 2020. (The AFMAN is a limited access document, but more details on the requirements/process in terms of background checks can be provided by the Contracting Office upon request).





BASE ACCESS. For Contractor personnel who wish to obtain long-term Base access via an Air Force Materiel Command (AFMC) Form 496, Application for AFMC Identification Card, IAW Air Force Federal Acquisition Regulation Supplement (AFFARS) Clause 5352.242-9000, Contractor Access to Air Force Installations, the Prime Contractor shall submit a written request on company letterhead to the Contracting Officer (CO) with the following information (prior to submitting a request for Base access via an AFMC Form 496): 1) contract number, 2) location of work, 3) expiration date (must be on or before contract’s expiration date), and 4) names of employees/ subcontractor employees needing access to the base, to include each employee’s company name.





Vehicle registration, proof of insurance, and a valid driver's license must be presented for vehicles. Installation Commanders may deny access and credentials based on information obtained during identity vetting that indicates the individual may present a threat to the good order, discipline, and morale of the installation.





The Contractor shall comply with all base security regulations. Additionally, the Contractor shall comply with actions dictated by force protection condition changes/measures. For real-world situations/exercises, changes to force protection conditions could impact contractor performance of work and can include denial of access to the installation to perform work.





Only employees who will be working on the contract consistently/frequently should be submitted for a long term Base pass.





The Contractor shall report suspicious activity to Security Forces at 661-277-3340 in a timely manner.





The Contractor and its employees shall comply with all base traffic regulations.



Contractor employees are prohibited from possessing weapons, firearms or ammunition, on themselves or within Contractor-owned or privately owned vehicle while on Edwards AFB.





The contractor shall supply a list of all personnel who will be accessing Edwards AFB for this project to be pre-vetted by the 412th Security Forces Squadron. Anyone with an outstanding want or warrant will be denied access and detained for law enforcement.





ENVIRONMENTAL MANAGEMENT. The Contractor shall comply with the most stringent environmental federal, state, and local laws and regulations; and Air Force policies, instructions, and plans. The federal Government is not exempt from compliance with environmental regulations. The Contractor shall maintain an awareness of changing environmental regulatory requirements to avoid environmental deficiencies for activities on Edwards AFB. The Contractor shall ensure their Sub-contractors comply with these specifications. The following Environmental Protection FAR Clauses are applicable





ACCIDENT/INCIDENT REPORTING AND INVESTIGATION. The Contractor shall record and report all available facts relating to each instance of injury to either Contractor or Government personnel to the Base Safety Office.





It is the contractor's responsibility to ensure its employees and managers have a comprehensive understanding of and full compliance with OSHA requirements. Detailed information is available on the OSHA website at http://www.osha.gov. It is the contractor's sole responsibility for compliance with OSHA, Public Law 91-596. The contractor shall comply with all federal, state and local laws, and Air Force Instructions for the protection of their employees while working on an Air Force Installation or property.





The Contractor shall manage all work areas to ensure the safety of building occupants, base personnel, or visitors in or near the areas.





The Contractor must ensure that personnel are properly trained on the equipment they are tasked to operate.





PLACE OF PERFORMANCE. The contractor shall perform the services in the SOW at Edwards Air Force Base, California.



HOURS OF OPERATION. Service shall be performed by the contractor during normal Government working hours, 7:30am to 4:00pm Monday through Friday. No work shall commence without prior coordination with the key government personnel. However, mission requirements may necessitate work outside normal hours (nights and/or weekends), especially if existing service must be interrupted. Any site work requested by the Contractor to be performed outside of normal duty hours shall be coordinated with the Base POC at least 7 days in advance.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 661-277-7575 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >