Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

42 -- Maintenance and Repair of Aqueous Film Forming Foam System

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
F5000432300300
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
Benjamin Iachini, Contract Specialist, Phone (301)981-1949, Fax (301)981-1907, - Deborah Doyle, Contracting Officer, Phone (301)981-2328, Fax (301)981-1907,
 
E-Mail Address
Benjamin.Iachini@andrews.af.mil, Deborah.Doyle@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
89th Contracting Squadron, Andrews AFB, MD requires repair services to remedy existing deficiencies in the Aqueous Film Forming Foam (AFFF) system located on Andrews AFB, MD. The contractor is to provide all personnel, equipment, tools, materials, supervision, transportation, items and parts necessary to perform all operations in accordance with the Statement of Work (see below). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information is included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number F5000432300300 applies and is issued as a Request for Quotation. This notice and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. This acquisition is set aside for 100% small business. The SIC code is 2899, the NAICS code is 235998, and the size standard is 500 employees. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). All responsive small business offerors will be considered by the agency. There are two (2) line items as follows: Line Item 0001 ? Repair fire foam tank and system defects. Line Item 0002 ?Aqueous Film Forming Foam System inspection, testing, and performance of routine maintenance. Performance is required within 30 days of contract award. STATEMENT OF WORK REPAIR AFFF TANK Andrews AFB, MD AJXF 03-1028 (W/O 40303) Provide all personnel, equipment, tools, materials, supervision, transportation and other items or parts or service necessary to perform all operations in connection with repairing deficiencies in existing AFFF (aqueous film forming foam) system at Andrews AFB, MD. Repair foam-water sprinkler system tank and test, inspect and perform maintenance on entire system as specified in NFPA 25. Foam-water system includes, but is not limited to, the water supply source, control valves, proportioners, foam concentrate supply and discharge devices and all incidental components Drain the system and collect foam/water mixture that needs to be disposed of and deposit in the holding tank located at Hanger 10. The Government will handle the disposal from the holding tank. Repair foam concentrate storage tank bladder (1,200 gal tank): remove bladder by a factory authorized representative and install new bladder. Refill the bladder in tank with 3% Military Specification AFFF. Replace the water supply piping to the bladder tank and restore water pressure. Install a check valve in the water supply piping to prevent future migration problems caused by a bladder rupture. Provide automatic sprinkler protection under 4 heating and/or air conditioning units. Also, provide automatic sprinkler protection under new mezzanine located in storage area. Perform complete inspection, test and maintenance of entire AFFF system; including annual maintenance items and all 5-year maintenance items in accordance with NFPA. Include a full discharge test. Provide report of system status and condition, furnish maintenance manuals and recommended maintenance schedule. The provisions at FAR 52.201-4, ?Printed or Copied Double-Sided on Recycled Paper? apply to this solicitation. Contractors are encouraged to submit paper documents, such as offers or quotes, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government. The provisions at FAR 52.212-1, ?Instructions to Offerors-Commercial? apply to this acquisition. Addendum to paragraph (b)(10), Past Performance?Delete entire paragraph. Substitute ?Past performance will not be used as evaluation criteria but will be used to determine contractor responsibility.? Paragraph (h), Multiple award?delete entire paragraph. Substitute ?Single award. The Government plans to award a single contract resulting from this solicitation.? The provision at FAR 52.212.2, Evaluation-Commercial Items applies. Addendum to Paragraph (a), the Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specification/statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable to being made acceptable without major rewrite or revision. The provision at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The provision at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders?Commercial Items applies. Addendum to paragraph (b), the following FAR clauses are incorporated by reference: 52.222-3, Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; 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; 52.225-3 Buy American Act?North American Free Trade Agreement?Israeli Trade Act The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1907. The provision at FAR 52.223-10, ?Waste Reduction Program? applies to this acquisition. The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (b), the following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. Offerors are required to complete and include a copy of the following provisions with their quotes: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items; and DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate. The following DFARS clauses and provisions apply: DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contractor Registration (CCR). All prospective offerors must have a current registration in the CCR to be considered for award. The Internet address for CCR is www.ccr.gov, and the toll free number for CCR is 1-888-227-2423. This notice does not obligate the Government to award a contract, nor does it obligate the Government to pay for any quotation preparation cost. Offers must be submitted in written responses mailed or faxed no later than 4:30 p.m. on 12 Sep 03; to the attention of Lt Benjamin Iachini, 89 CONS/LGCAB, 1419 Menoher Drive, Andrews AFB, MD 20762-6500. Oral responses are not acceptable. Any question or comments may be addressed to me at (301) 981-1949 or faxed to (301) 981-1907.
 
Place of Performance
Address: 89th Contracting Squadron, 1419 Menoher Dr., Camp Springs, MD
Zip Code: 20762
Country: USA
 
Record
SN00432283-W 20030913/030911213337 (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.