Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

Z -- Waterproofing of an A/C Plant and Electric Room

Notice Date
3/28/2002
 
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-0045
 
Response Due
4/17/2002
 
Archive Date
4/18/2002
 
Point of Contact
Thomas Brick, Contract Specialist, Phone 402-294-6005, Fax 402-294-0430, - Doug Lambert, Contract Specialist, Phone 402-294-9601, Fax 402-294-0430,
 
E-Mail Address
thomas.brick@offutt.af.mil, douglas.lambert@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-0045 is issued as a request for quotations. 55 CONS intends to issue a purchase order for: WATER SEALING AIR CONDITIONING PLANT INTERIOR SPACES BLDG 519 MARTIN BOMBER BLDG 301 ELECTRICAL ROOM Purpose:The purpose of the project is to protect the interior spaces and equipment of the Air Conditioning Plant and the Martin Bomber Building Electrical Room from water infiltration. This is to be accomplished through the application of polyurethane grout at all points of infiltration. The government may accept either bid item 1 or bid item 2 or both. Bid Item 1: Bldg 519 Air Conditioning Plant. The contractor shall provide one lump sum price to complete all of the work at Building 519 as listed in this document. Bid Item 2: Martin Bomber Building 301 Electrical Room. The contractor shall provide one lump sum price to complete all of the work at Building 301 as listed in this document. Submittals: The contractor shall submit manufacturer?s material information for all incorporated materials prior to purchasing. All submittals shall be reviewed and approved by the contracting authority prior to the contractor purchasing materials. All materials shall be delivered to the site in the original unopened containers with the manufacturer?s current printed labels attached to the specified products. General Requirements: The contractor shall furnish all materials, labor and equipment. Except as noted elsewhere, all work including but not limited to the surface preparation, applying, injecting, sealing, installing, cleaning and restoring shall be as per the manufacturer?s recommendations. The contractor shall restore all damages that he causes incidental to construction. All surfaces affected during construction shall be restored to original appearance and conditions. This may include painting, sheet rocking, tiling, carpet laying, membrane repair, wallpapering, etc. The contractor is to understand that he will be working near sensitive equipment such as electrical switch gear and pumps at both locations. The contractor shall use extreme caution around this equipment to prevent accidents and injury to personnel and damage to equipment. The contractor shall verify all existing conditions prior to offering proposals or bids. The contractor shall finish and tool all sealants in a smooth, consistent, workmanlike manner. The contractor shall not excavate for the purpose of sealing or grouting. Neither grout nor sealant shall protrude into inhabited interior space. If the contractor chooses to inject from the outside by probing through the ground, then he will be responsible for securing a digging permit. Coordination: The contractor shall coordinate his work with the project engineer and with the building manager at least a week in advance of performing the work. The work areas will remain open to pedestrian traffic during construction operations. Building 519 is considered secure. When in secure areas, contractor personnel may be required to wear government issued contractor badges and/or be escorted by building engineering or security personnel. The contractor shall be allowed to work Monday through Friday excluding federal holidays from 7:30 a.m. to 4:15 p.m. The contractor shall mobilize on the job within 30 calendar days after being issued a notice to proceed and shall complete all work within 30 calendar days after mobilizing. Contractor Points of Contact: Project Engineer: Mr. John Leahy Tel.: (402) 294-5657 To coordinate access after the project has been awarded the successful contractor may contact the Bldg 519 facility engineering section (Mr. Ron Peterson) at (402) 294-5581. Work Summary:Within the below specified spaces, the contractor shall stop water infiltration by injecting polyurethane grout at all leaking cracks and construction joints and at all other locations where there is evidence of infiltration or potential for eminent infiltration. Air Conditioning Plant Cooling Tower Interior Spaces Bldg. 519: The contractor shall stop all points of unintended water infiltration through the floors, walls and ceiling into the interior spaces. The contractor shall inject polyurethane grout to seal all points of unintended water infiltration. Others have done this at many of these penetrations in the past, but more attention is now needed. Although the contractor may use pipe penetrations as an avenue for injection, these penetration shall not be the primary means for injections. The primary and most emphasized avenues for injection shall be the penetrations that the contractor will drill himself specifically for this purpose. The contractor shall remove all grout residue protruding into the building interior space. The residue removal shall be both the existing and whatever is created incidental to the current work. The contractor may choose to inject from either the inside or, if accessible, from the outside or from both sides of the building. Most of the unintended infiltration is coming through pipe and conduit penetrations. Martin Bomber Building 301 Electrical Room: The electrical room is in the south side lower level of building 301. Directly above the electrical room is an outside parking lot. The contractor shall stop all points of unintended water infiltration through the floors, walls and ceiling into the interior spaces. The contractor shall inject polyurethane grout to seal all points of unintended water infiltration. The contractor may choose to inject from either the inside or from the outside or from both sides of the building. Most of the unintended infiltration is coming through a construction joint, which is continuous for approximately 55? across the ceiling and down the south wall column. The contractor shall drain, remove and replace the gutter and drain system along the ceiling construction joint. The gutter and drain system is approximately 40? long and will have to be plumbed and specially fabricated to fit around all of the other structures in the room. The contractor shall employ the services of a professional journeyman or master plumber with at least five years of experience to accomplish this part of the work. The contractor shall submit a detail drawing and product information showing how this work is to be accomplished. The new drainage system shall be equal to or better than the existing drainage system and will match the existing drainage system to the maximum possible extent. Upon completion, the contractor shall run water through the new drainage structures as a test to demonstrate to the engineer that the structure is water tight.Construction Materials: The government will consider requests for substituting equal products. For grout sealing construction joints, pipe and conduit penetrations and cracks in concrete walls, ceilings and floors, the contractor shall use Prime Flex 900 LVSF by Prime Resins, Inc. or equal. After injecting grout from interior areas, fill injection holes to match the surface with a flexible epoxy equal to Prime Gel 2200 by Prime Resins, Inc. For stabilizing large exterior wall areas below grade the contractor shall use Prime Flex 910 by Prime Resins, Inc. or equal.After first applying the polyurethane materials, for crack sealing of vertical exterior exposed outside surface concrete or brick, the contractor shall use Vulcan 116 or equal. This solicitation is issued as a 100 percent small business set-aside; the NAICS Code is 337215; the NAICS size standard is 500 employees; and the SIC Code is 2542. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY AWARD DATE will make a bidder ineligible for award. NO PARTIAL QUOTES WILL BE CONSIDERED. NO PARTIAL AWARDS WILL BE MADE. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: FAR 52.209-6, Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases; 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; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; and 52.252-6, Authorized Deviations in Clauses. Additionally, the following FAR clauses cited under 52.212-5 are applicable: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241); and 52.222-41, Service Contract Act As Amended (41 U.S.C. 351, et seq.). The following Defense Federal Acquisition Regulation provisions and clauses apply to this acquisition: DFAR 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7000, Buy American Act?Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; and 252.225-7009, Duty-Free Entry?Qualifying Country Supplies. The following Air Force Federal Acquisition Regulation Supplement clauses apply to this acquisition: AFFARS 5352.223-9001, Health and Safety on Government Installations; and 5352.242-9000, Contractor Access to Air Force Installations.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-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a), women-owned, HUBZone, 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 the Commerce Business Daily (CBD), federal and state agency home pages, and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov.A site visit is scheduled for the 10th of April at 0930, if you plan on attending please notify Thomas Brick at (402) 294-6005 or Doug Lambert at (402) 294-9601 by the 8th of April, or you may email either at thomas.brick@offutt.af.mil or douglas.lambert@offutt.af.mil . Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCA on Offutt AFB NLT close of business on Wednesday, 17 April 2002. Facsimile copies may be submitted to (402) 294-0430.
 
Place of Performance
Address: Offutt AFB, Ne
Zip Code: 68113
Country: USA
 
Record
SN00049671-W 20020330/020328213244 (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.