Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

J -- Repair Wells 4 And 9

Notice Date
5/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
F02601-03-Q0173
 
Response Due
5/23/2003
 
Archive Date
6/7/2003
 
Point of Contact
Arthur Perry, Contract Specialist, Phone 520-228-2213, Fax 520-228-5462, - Frank Graham, Contracting Specialist, Phone 520-228-4967, Fax 520-228-2369,
 
E-Mail Address
arthur.perry@dm.af.mil, Frank.Graham@dm.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation F0260103Q0173 is being issued as a request for quotes. (iii) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-13. (iv) This requirement is being synopsized as a small business set-aside under NAICS code 811310, small business size standard of $6 million in revenue. (v) CLIN 0001 is to provide services described in paragraph vi. CLIN 0002 is a lump sum amount, not to exceed $40,000.00, for replacement parts for pumps. Reimbursement amounts will be based on invoice prices only?overhead should be included in CLIN 0001. (vi) Please propose for the following services: Furnish all plant, labor and materials necessary to repair wells 4 and 9 at Davis-Monthan AFB AZ. All work to be performed in accordance with American Water Works standard AWWA-100, standard MIL-KNBK-1164, 01 Jan 97. The contractor shall be a well driller licensed by and registered with the Arizona Department of Water Resources (ADWR). Copies of all licenses and permits shall be included in the final report. Work shall include providing and placing warning signs and barriers/barricades as necessary to prevent unauthorized access to work sites. 1) At both wells, remove 125 hp, 480 VAC, well motors and submersible pumps. 2) Disassemble well pumps, bowls and impellers, pump shaft and bearings, cone strainer, spider shaft guides, air line, and oil lines, and inspect for damaged or worn out parts and replace with new where required. Replacement parts will be reimbursed under CLIN 0002. 3) At well 9 only, perform brushing in all perforated areas of the well casing, using a cable-tool rig crane or pump rig, until a minimum of 80% of perforated area is cleaned. Well diameter is 16 inches. Brushing of the casing shall begin at the 300 ft mark from ground level and continue down to total of perforations depth. Perforation depths are from 340 ft to 685 ft and from 739 ft to 744 ft. Bail as required. A log of this procedure shall be maintained and included in final report. 4) At well 9, conduct inspections, using video camera, both before and after brushing, the follow-on inspection to occur no earlier than 24 hours after brushing. Videos must cover the entire depth of the well. Videos shall not be distorted or otherwise have poor definition. At well 4, perform a historical video. 5) At both wells, sound well to measure water static levels and include findings in final report. 6) Disinfect pumps and well casings. 7) Reinstall motors and pumps and adjust each pump to obtain production of at least 730 gpm from well 9 and 350 gpm from well 4. 8) Operate wells 24 hours or until water is declared potable by the government, whichever occurs first. Record final current draw of pump motors and include in final report. 9) Clean up area before departure. 10) Provide a detailed report of all work performed on wells. (vii) Work to be completed no later than 75 days following contract award. Place of performance is Davis-Monthan AFB, Tucson, AZ 85707. FOB point is destination. (viii) Provision 52.212.1, Instruction to Offerors-Commercial Items applies. The following is an addendum to 52.212.1: Past Performance Information. Offerors shall submit the following information as part of their offer for both the offeror and proposed major subcontractors: A list of all relevant (i.e., water well cleaning and repairs) contracts and subcontracts performed within the past three years, including all contracts and subcontracts currently in progress. Contracts listed may include those with the Federal Government, agencies of state and local governments and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract and subcontract. 1. Name of contracting activity/company 2. Work performed and contract number, if applicable 3. Total contract value 4. Point of contact and telephone number. Performance information will be used for both responsibility determinations and as an evaluation factor. The Government will focus on information that demonstrates quality of performance and timeliness of service. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror?s past performance. Offerors shall also include copies of ADWR license and registration number with their offer. (ix) Provision 52.212.2, Evaluation of Commercial Items applies. Basis for Award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will award the contract to the offeror whose offer represents the best value to the Government based on the following evaluation factors: Past Performance Price Past performance criteria is significantly more important than cost or price. The following is an addendum to 52.212.2: This is a commercial, competitive solicitation that will be evaluated and awarded using the trade-off process outlined in AFFARS 5315.101-1. The contract will be awarded to the responsible offeror whose proposal conforms to the solicitation requirements and is most advantageous to the Government. The following major areas will be considered during proposal evaluation: (a) Past Performance. There are three subfactors to be rated: 1) Quality of Service and Workmanship; 2) Timeliness; and 3) Customer Satisfaction. All subfactors are equal in importance. (b) Price. In making the award of this contract, the contracting officer?s objective will be to determine the specific combination of past performance excellence and price most advantageous to the Government. Offerors are specifically advised that under this evaluation method, the lowest priced proposal may not necessarily receive the award. Likewise, it may also be the case that the proposal receiving the highest past performance evaluation may not receive the award. (x) Offerors are required to submit a completed copy of 52.212.3, Offerors Representations and Certifications--Commercial Items, with their offer. (xi) Clause 52.212.4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The following is an addendum to 52.212.4: Permits and Responsibilities For Work: The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and municipal laws, codes, and regulations in connection with the prosecution of the work. It shall be responsible for all damages to persons or property that occur as a result of its fault or negligence in connection with the prosecution of work. It shall take proper safety and health precautions to protect the work, workers, the public, and the property of others. (xii) Clause 52.212.5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program-Supplies; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended (NOTE: SCA Wage Determination 94-2025, Rev 26 applies to this procurement. Contact the POC for a copy of the wage determination); 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-2810-11 Electrician $21.50 Included in Wage Rate WG-5352-11 Plumber $21.50 Included in Wage Rate WG-5716-11 Heavy Equipment Operator $21.50 Included in Wage Rate (xiii) N/A. (xiv) N/A. (xv) N/A. (xvi) Offers are due to the 355th Contracting Squadron, 3180 S. Craycroft Road, Davis-Monthan AFB, AZ 85707, by 23 May 2003, 4 p.m. MST. Faxed proposals will be accepted. Fax phone number is (520) 228-5462. (xvii) Point of contact is Arthur Perry, (520) 228-2213, email arthur.perry@dm.af.mil.
 
Place of Performance
Address: Davis-Monthan AFB AZ
Zip Code: 85707
 
Record
SN00318737-W 20030508/030506213257 (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.