Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2002 FBO #0293
SOLICITATION NOTICE

99 -- Clean various Storm Drain on Bolling AFB

Notice Date
9/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-02-T-0331
 
Response Due
9/26/2002
 
Archive Date
10/11/2002
 
Point of Contact
Cedric Thomas, Contracts Specialist, Phone 202-767-7969, Fax 202-767-7897,
 
E-Mail Address
cedric.thomas@bolling.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. F49642-02-T-0331 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. This is a total small business set-aside. The North American Industry Classification System code is 562998 (formerly SIC code 4959) at $6.0 million size standard. LINE ITEM 0001: Clean various storm drains located through on Bolling AFB Quantity 1/JOB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. Funds are not presently available for this project. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. 1. SCOPE OF WORK: The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other items and services necessary to clean storm drain manholes, inlets and approximately 2000 linear feet of storm drain piping. Verify location of manholes, inlets and drain pipes identified on the Storm Drain Distribution map, which will be available during scheduled site visit. The location of this requirement is on Bolling Air Force Base, Washington DC. 2. CONTRACTOR REQUIREMENTS: The following short work description shall serve as general information only, and shall not limit the contractors responsibility or obligation to conform to all state and local laws. 2.1 All measurements and quantities are estimated. The contractor is responsible for verifying all quantities and measurements to ensure satisfactory performance as required in this statement of work. See attached drawing. 3. GENERAL REQUIREMENTS: The contractor shall locate, remove and dispose of debris from location indicated below. ESTIMATED WORK LOAD: Clean manhole ST-K1C on Arnold Ave, Clean manhole ST-H38C at intersection of Chapel James Blvd. & Angel St, Clean manhole ST-G7D in RV Lot, Clean manhole ST-G14D on Chappie James Blvd, Clean manhole STH33C in front of Building 3610, Clean manhole ST-G11D on Lackland Way, Clean manhole ST-H44D at intersection of Chappie James & Andrews Cir, Clean manhole ST-JA1D on Arnold Ave, Clean storm drain inlet ST-F7D to ST-F6C and 30 Ft 15 inch pipe at intersection Arnold Ave. & Giovannoli, Clean storm drop inlet ST-E1D at corner of Building 90, Clean all manholes and inlets from ST-C19M to ST-C20C to include 25 feet of 10-inch pipe on Westover Ave, Clean manhole ST-C19C to ST-C18M to include 25? of 18-inch pipe on Westover Ave. in front building 77, Clean all manholes and inlets from ST-C7G to ST-C8G to include 100 feet of pipe located at Chanute Pl. in front of building 1445, Clean all manholes and inlets and 75 feet of 15-inch pipe from ST-A10D to ST-A8C on McGuire Ave., also manholes inlets ST-A12C to ST-A7M, to include 150 feet of 15-inch pipe, at intersection of McGuire and Carswells, Clean all manholes and 50 feet of pipe from ST-A15D to ST-A5C, also clean manholes ST-A22D to ST-A23D on McGuire and Wright Cir, Clean manhole ST-D6D to ST-D7D to ST-D9C and 250 feet of pipe at McGuire St. near boat yard to include two-drop inlet and one curb inlet, Clean manhole ST-STG23D behind building 934, Clean manhole ST-G22M on Chappie James Blvd, Clean manhole ST-H25C at Chappie James and parking lot of building 3610, Clean manhole ST-GA4M on Arnold Ave. Near building 902, Clean manhole ST-GA3D on Arnold Ave. near building 902, Clean manhole ST-GA1D on Arnold Ave, Clean manhole ST-J3C on Arnold Ave. near building 900, Clean manhole ST-J4C on Arnold Ave. near building 900, Clean manhole ST-J2C on Arnold Ave. near building 900, Clean manhole ST-J1C on Arnold Ave. near building 900, Clean manhole ST-H37D at intersection of Chappie James Blvd. and Andrews Cir, Clean storm drain inlet ST-E30D southwest of Chappie James and Duncan Ave, Clean storm inlet ST-E179D to ST-E180F to include 25 feet of 10-inch pipe behind building 928, Clean manhole ST-E174C in NCO Club Parking lot, Clean storm inlet ST-E4C to ST-E5C to include 30 feet of 18-inch pipe on McGuire Avenue, Clean manhole ST-H31D in parking lot of building 3610, Clean storm drain inlets ST-G4D, ST-G3C, ST-G2C, ST-G1C, ST-GX and 100 feet of 18 inch pipe on Arnold Avenue south of building 934, Clean drain inlets ST-E25M, ST-E27F, ST-E28D, on Chappie James Blvd., Southwest corner of building 1634, Clean storm drain inlets ST-E22M, ST-E23D, to ST-24D to include 50 feet of 12 inch pipe, also clean from storm drain inlet ST-E22M to ST-E21D to include 350 feet of 15 inch pipe on Eglin Way, Clean catch basin ST-E18D to ST-E17M toST-E14D and 400 feet of 12-inch pipe in rear of building 1584, Clean storm drain inlets ST-13D to ST-E12D to ST E11D to ST-E10D to include 160 feet of 15inch pipe, and clean from storm drain inlet ST-E10D to ST-E9D to include 190 feet of 18-inch pipe at Edwards Lane & Edwards Place. 3.1. SECURITY REQUIREMENTS: The contractor shall submit names of all personnel assigned on site prior to start of work for base passes and security clearance requirements. 3.2. SUPERINTENDENCE BY CONTRACTOR: The contractor shall provide adequate supervision of his/her employees at all times to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 4. COORDINATION. The point of contact for this project is the Quality Assurance Personnel, Mr. John Sykes at (202) 404-1273 and Mr. Melvin Holston (202) 767-1090. 5. HOURS OF OPERATIONS. Hours of operation shall be from 7:00 AM to 4:30 PM Monday through Friday. If contractor requires different work hour schedule, a written justification must be submitted to the Quality Assurance Personnel for approval. 6. QUALITY ASSURANCE. According to the Inspection of Services clause, the Government will evaluate the contractors performance using customer complaint and periodic methods of surveillance. 7. AVAILABILITY OF GOVERNMENT SERVICES. Water, electrical power, lighting and designated equipment holding area will be made available to the contractor by the government in the performance of their work. 8. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5, 252.212-7000 and 252.225-7000. Add paragraph (k), Site Visit: A site visit will be conducted on 25 Sep 02 at 10:00 A. M. EST. We will meet at building 5681, 2nd Floor Lobby. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Cedric L Thomas no later than noon, 24 Sep 02. Clause 52.212-2, Evaluation Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.219-6, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6(b) DFAR, chapter 2, 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Laborer, Grounds maintenance. Monetary Wage-Fringe Benefits: WG-3, $11.42. The incorporated Wage Determination 1994-2103, dated August 22, 2002, revision 27 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 4:00 P.M. EST on 26 Sep 02 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20332 by mail or facsimile. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Cedric L Thomas, Contract Specialist, Phone (202) 767-7969, FAX (202) 767-7897, E-mail to cedric.thomas@bolling.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-02-T-0331/listing.html)
 
Place of Performance
Address: 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
Zip Code: 20332-0305
Country: United States
 
Record
SN00171919-F 20020921/020919222331 (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.