Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
MODIFICATION

99 -- Installation of line stops, gate valves and boxes, couplings for A/C to C900 and installation of C900 Pipe

Notice Date
3/29/2004
 
Notice Type
Modification
 
NAICS
221310 — Water Supply and Irrigation Systems
 
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
Reference-Number-F5000433090300
 
Response Due
4/1/2004
 
Archive Date
4/16/2004
 
Point of Contact
Dana Jones, Contract Specialist, Phone (301)981-1906, Fax (301)981-1907, - Mary Lawrence, Contract Specialist, Phone 3019811949, Fax 3019811907,
 
E-Mail Address
Dana.Jones@andrews.af.mil, Mary.Lawrence@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
INSTALLATION OF (2) WATER VALVES ANDREWS AIR FORCE BASE MARYLAND 1. DESCRIPTION OF SERVICES: Contractor shall furnish all labor, materials, supervision, and equipment to inspect, replace damaged water valves. The existing water main is asbestos. The contractor shall install (2) 14? line stops valves at facility 1158-B Williams Ct Andrews AFB, Md. The Contractor must install two valves, one on the east and the other to the west of the damaged water main area. The existing valves to isolate the area are broken. By installing two new valves, the repairs on the line can be completed without shutting down the complete base. The installation of the valves must be done while the line is fully charged and under no circumstances should the water be shut down except in the said area that should be isolated. Contractor shall adhere to all codes and regulations required to accomplish the work. 2.0. SERVICE DELIVERY SUMMARY Performance Objective SOW Paragraph Performance Threshold Contractor will install (2) line stops and (2) 14? gate valves and boxes, to replace inoperable existing valves. Paragraph 1.0 Contractor completed the service as required and within the time specified. 2. SERVICES AND RESOURCES: Contractor shall provide all material, tools, and labor necessary to complete this contract. The government will provide electric, water, and sewer utilities; police protection; fire protection; and emergency medical services, however, any medical expenses incurred by contractor personnel shall be the responsibility of the contractor. 3. GENERAL INFORMATION 3.1. Damage: Contractor shall repair or replace any government property damaged by the contractor at no additional expense to the government. 3.2. Work Hours: Work hours shall be during normal duty hours (0730 to 1630, Monday thru Friday, excluding Federal Holidays). Contractor shall coordinate with Contracting Administrator?s Inspector to ensure inspector is present during all work. Emergency: In the case of an emergency, the Contracting Administrator?s Inspector, Base Fire Chief, and Base Operations Officer, or their representative, shall have the authority to order the contractor to terminate work and clear the area of personnel and equipment. 3.3. Security: The contractor shall conform to all Base Regulations and directives that pertain to security, safety, traffic, fire and personnel clearances. To obtain passes for all work on Andrews AFB, the contractor shall submit the following information on each employee no later than 10 working days before expected arrival on base and no later than 10 days following award to 89 CES/CEOE at (301) 981-2055: a. Full Name of Individual b. Social Security Number c. Company Name d. Vehicle Driver?s License e. Vehicle State and Tag Number f. Project individual is working Contractor personnel will then have to report to the Visitor?s Center to obtain passes. 3.3.1. All contractors will have to be escorted at all times while inside Andrews AFB, Md. 3.4. Health, Safety, and Environment: Contractor shall follow all applicable state, federal, and local laws pertaining to health, safety, and environment. 3.5. Disposal: Contractor shall dispose of all excess material off site in accordance with applicable federal, state, and local laws. 3.6. Period of Performance: Work shall be completed within 20 business days of start of job. 4.1. Regulatory and Safety Compliance. The Contractor shall comply with the Office of Safety and Health Administration (OSHA) standards and applicable Federal, state, and local laws. 4.2. Environmental Compliance. The Contractor shall comply with all Federal, state and local environmental laws, including performing applicable environmental analyses requirements and submit AF Form 813 to the QAE prior to commencement of work in or adjacent to wetlands or other naturally and culturally sensitive areas. The Contractor shall maintain records of any trees removed, any replacement planting, and records of any activities performed for eradicating/managing invasive species, including dollar amount spent and make these records available upon request. Tree care must be performed by or under the direct supervision of a Maryland state-certified tree care expert. Tree care includes the trimming, cutting down, fertilizing, cabling, bracing, and managing insects or diseases of trees. The Contractor shall notify the QAE prior to transporting or using hazardous materials, on Andrews AFB and Off-Base sites, and submit a completed AF Form 3952 (Chemical Hazardous Material Request/Authorization) to the QAE prior to doing so. 4.3. Protection of Private Property. The Contractor shall be responsible for damage incurred to private property resulting from grounds maintenance operations (e.g., stones hitting car windshields, equipment colliding with vehicles, structures, signs, sign posts, etc.). 4.4. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. All ground maintenance activities shall continue uninterrupted according to the Department of Defense Directive 3020.37, Continuation of Essential DoD Contractor Services During Crisis. 4.5. Quality Assurance. The Contractor shall employ a quality assurance plan to ensure quality contract performance. The Government will assess performance based on customer complaints and periodic surveillance methods. Timely response and attendance to customer complaints are critical to contract success. 4.6. Partnering Agreement. Inherent within this Statement of Work is a partnering agreement between the Government and the Contractor to ensure joint cooperation and soundness by both parties in achieving mutually beneficial goals. When deemed necessary, the Contractor agrees to meet with the Contracting Officer, Quality Assurance Evaluator, or any other Government personnel concerning performance of this contract. 4.7. Recycling. The Contractor is strongly encouraged to recycle materials meeting regulatory definition of non-hazardous. The Contractor may place recyclable materials in designated dumpsters. 4.8. Emphasis on Authorized Government Representative. Any work performed that is not authorized by the Contracting Officer is done at the Contractor's own risk and responsibility
 
Place of Performance
Address: Andrews Air Force Base, Maryland, ,
Zip Code: 20762
Country: USA
 
Record
SN00556005-W 20040331/040329212110 (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.