Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

46 -- Repair Effluent Discharge Structure

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
FA4417-04-Ervin-001
 
Response Due
3/31/2004
 
Archive Date
4/15/2004
 
Point of Contact
Sonja Ervin, Contract Specialist, Phone (850) 884-1270, Fax (850) 884-5372, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3273, Fax (850) 884-2041,
 
E-Mail Address
Sonja.Ervin@hurlburt.af.mil, Benjamin.Stoeser@hurlburt.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F08620-04-Ervin-001 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for Small Business Concerns. The associated NAICS code is 237110 with a $23 million size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. STATEMENT OF WORK FOR CREPAIR EFFLUENT DISCHARGE STRUCTURE HURLBURT FIELD, FL. 1.01 WORK INCLUDED: The Contractor shall furnish all plant, labor, materials, tools, supervision, and equipment, and perform all operations necessary to accomplish all work, complete in place, as specified herein. 1.02 JOB DESCRIPTION: The work to be performed includes, but is not limited to, the following principal features. a. Remove existing weir plates and clean old caulk from the plates and the adjoining concrete. b. Remove all existing caulk from all pre-caulked joints. c. Completely dry trough to receive new caulk at all existing joints. d. Replace existing weir plates and re-level. e. Chase all existing cracks in the structures and clean and prepare joints to receive new backer rod and caulk. f. New caulk shall be Seka 2 csl and 2 cns or equal and be placed on a closed cell backer rod which will allow for three sided adhesion. g. Allow material to cure for 3 days, or as recommended by the material manufacturer, prior to using trough. h. Clean, re-grout, and seal all inlet boxes with Thoroseal or equal. 1.03 HOURS OF WORK: Normal work hours are Monday through Friday from 0645 ? 1530. The contractor shall coordinate all work with 16 CES/CEOI, 881-2250, to schedule actual on-site performance. (Note: This area is controlled by a locked gate which will require contacting 16 CES/CEOI, 881-2250, for access). 1.04 QUALITY CONTROL: a. Contractor shall have at least two years experience in the work described in section 1.02. b. The contractor shall provide a one-year parts and labor warranty on all work. 1.05 CLEANUP AND DISPOSAL: All equipment, tools and debris shall be picked up and removed at the end of each workday and at the completion of work. All materials removed shall become the property of the contractor and shall be disposed of off the base. 1.06 REGULATORY REQUIREMENTS: a. U.S. Army Corps of Engineers: EM 385-1-1, Safety and Health Requirements Manual. 1.07 UTILITYES: Utilities required to complete the work specified shall be provided by the government when available. 1.08 INSPECTION: a. Personnel of the 16 CES/CEOI shall serve as the on-site representative of the Contracting Offcier for the purpose of inspection and evaluation of the work and craftsmanship. Call (850) 884-7447 NLT 48 hours prior to beginning any of the described site work. b. The inspector shall make recommendations to the Contracting Officer regarding the acceptability or rejectability of the work. It shall be the Contracting Officer?s final responsibility to accept or reject all work accomplished under this contract. 1.09 FIELD VERIFICATION: The contractor is responsible to make and record all necessary field measurements for completion of this work. 1.10 PERFORMANCE TIME: The contractor has 30 days to complete all work required in the job. The following clauses and provisions are hereby incorporated either by reference or full text and are to remain in full force and effect in any resultant purchase order: FAR 52.212-4, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, DFARS 252.225-7000, DFARS 252.225-7001, and DFARS 252.225-7002. The following clauses apply to this acquisition and are included in full text: FAR 52.212-1 ? Instructions to Offerors ? Commercial Items (Jul 2003) applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR52.212-2 ? Evaluation ? Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (ii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Technical capability and price are approximately equal to cost or price. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items (Jun 2003), with the quotation. Submit signed and dated offer to: Department of the Air Force, 16 CONS/LGCB, Attn: TSgt Ervin, 350 Tully Street, P.O. Box 9190, Hurlburt Field FL 32544-9190 at or before 3:30 P.M. Central Standard Time, on 31 March 2004. Responses/offers may be sent by mail, fax, or electronically. FAR 52.212-5 ? Contract Terms and Conditions Required to Implement Statutes or Executive orders ? Commercial Items (Jun 2003) (Deviation), FAR 52.219-1 ? Small Business Program Representations (Apr 2002) Alternate I (Apr 2002, FAR 52.222-22 ? Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25 ? Affirmative Action Compliance (Apr 1984), FAR 52.252-1 ? Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.252-2 ? Clauses Incorporated by Reference (Feb1998), FAR 52.252-6 ? Authorized Deviations In Clauses (Apr 1984), DFARS 252.204-7004 ? Required Central Contractor Registration (Nov 2001), and DFARS 252.212-7001 ? Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2003) (Deviation). A Firm-Fixed-Price Purchase Order will be issued in writing. The POC for this solicitation is TSgt Ervin at (850) 884-1270 or Benjamin Stoeser at (850) 884-3273 between the hours of 7:30 AM and 5:00 PM central daylight savings time or via e-mail to sonja.ervin@hurlburt.af.mil .
 
Place of Performance
Address: Hurlburt Field AFB, Florida
Zip Code: 32544
Country: United States
 
Record
SN00553254-W 20040326/040324224423 (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.