Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2002 FBO #0116
SOLICITATION NOTICE

36 -- CLEANING OF DISINTEGRATOR FACILITIES AND SERVICING OF EQUIPMENT

Notice Date
3/26/2002
 
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-0044
 
Response Due
4/14/2002
 
Archive Date
4/29/2002
 
Point of Contact
Andrew Peterson, Contract Admin, Phone 402-232-5967, Fax 402-294-0430, - John Kamerer, Contract Specialist, Phone 402-294-9590, Fax 402-294-0430,
 
E-Mail Address
andrew1peterson@offutt.af.mil, john.kamerer@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 F25600-02-T-0044 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 811310. The business size standard is $5 million. Offutt AFB intends to issue a purchase order for the following services: STATEMENT OF WORK SCOPE OF WORK The disintegrator facility and equipment need to be inspected, cleaned and serviced. The areas both at the disintegrator located in room BF9 of Building 500 and the compactor facility, Building 510, need to be thoroughly vacuumed, all electrical equipment needs to be opened and blown out with air, and all horizontal surfaces need to be cleaned free of dust. The equipment needs to be inspected and serviced. The filter bag systems for both compactors need to be serviced and filter-bags replaced/cleaned as necessary. Both compactor containers need to be removed to allow for cleaning. They should be cleaned, inspected for leaks and sealed as necessary. All equipment should be returned to service and operational checked. GOVERNMENT RESPONSIBLITY The government shall arrange for the access of the contractor and his equipment to the areas for work. The government shall make arrangements with and pay the Base Refuse contractor to remove the compactor containers to allow for cleaning. The compactor containers will be delivered to a site to be determined and agreed upon by the both the government and contractor for cleaning and servicing by the contractor. The government will provide electrical support to secure all electrical power to the facilities being cleaned. CONTRACTOR RESPONSIBILITY CLEANING The contractor shall provide all equipment, tools and material necessary to clean the facilities and equipment. The contractor shall be responsible for any compressed air, electrical extension cords and temporary lighting needed to accomplish the work. The contractor shall remove all dust and debris from walls up to 15 feet high, all equipment and horizontal surfaces in both locations using either a vacuum system or other means that ensures a thorough cleaning and protects equipment from damage. All dust and debris shall be collected, removed and disposed of properly by the contractor. The contractor shall access all electrical panels and devices and clean/blow them out to ensure a dust-free environment. The contractor shall clean the compactor containers. SERVICE The contractor shall provide all equipment, tools and material necessary to service the equipment. The equipment shall be inspected for hydraulic leaks and air leakage. All causes of leakage shall be repaired. The contractor shall inspect and clean/replace the filter-bags on both collection systems. The contractor shall test the compactors and containers and seal any leaks that allow dust to escape. The contractor and government operators shall test the operation of both disintegrator and collection systems to ensure proper operation with minimum leakage of dust. Contact SrA Peterson for site visit information and or any addition information by 4:00pm CST, 08 April 2002. Site visit will be held TENTATIVLY on the 9th of April 2002 at 12:30pm CST at Building 40, (Contracting Office, Second Floor Room 256). 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 52.212-52.212-1, Instructions of Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items-- (Price shall be the only evaluation factor) 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, --Commercial Items; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration.; 52.233-3, Protest after Award ; 52.237-1 Site Visit; 52.237-2, Protection Of Government Buildings, Equipment, and Vegetation; 52.252.2 CLAUSES INCORPORATED BY REFERENCE; 52.247-34, F.O.B. Destination; 52.252-6, Authorized Deviations In Clauses; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions to Commercial Items (Deviation); 5352.242-9000, Contractor Access to Air Force Installations. Offers are due by 4:00pm CST 14 Apr 02. Interested contractors please contact Andrew Peterson or Charles Brembry at (402)-232-5967 for additional information. Quotes can 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 Andrew1.Peterson@offutt.af.mil, or Charles.Brembry@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.
 
Place of Performance
Address: 55 CES/CEB, BLDG 500/510, OFFUTT AFB, NE
Zip Code: 68113
Country: USA
 
Record
SN00048548-W 20020328/020326213204 (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  © 1994-2020, Loren Data Corp.