Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

P -- Salvage Service

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-F63MFH41140100
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
Carl See, Contract Administrator, Phone 580-481-7321, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
carl.see@altus.af.mil, charles.peterson@altus.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; proposals are being requested and a written solicitation will not be issued. Solicitation number F63MFH41140100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2001-24, Effective 19 Jul 2004. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 238910, with size standard not to exceed $12,000,000.00. Basic requirement: Services Non-Personal, Demolition: Provide all management, supervision, personnel, equipment, material, transportation, and other items and services necessary to remove trees and concrete along Jasmine Avenue at Altus AFB as identified in the Statement of Work. A SITE VISIT IS SCHEDULED AT ALTUS AFB, OK 73523 ON 14 September 2004 AT 2:00 PM CST. PLEASE RSVP VIA E-MAIL TO CARL.SEE@ALTUS.AF.MIL NO LATER THAN 13 September 2004, 2:00 PM CST, WITH THE FIRST AND LAST NAMES OF ANYONE ATTENDING THE SITE VISIT. ON THE DAY OF THE SITE VISIT, AN ESCORT WILL BE AWAITING AT THE MAIN GATE (FALCON ROAD) AND WILL DEPART PROMPTLY AT 02:00 PM CST. PLEASE ARRIVE EARLY TO GET YOUR TEMPORARY PASS ISSUED. ONCE THE ESCORT DEPARTS, NO ONE WILL BE AVAILABLE TO ESCORT ANY LATE ARRIVALS. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration database. Register at: https://www.bpn.gov/CCR/scripts/index.html. Please send writtten questions to 97 CONS / LGCB, ATTN: TSgt Carl See, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-7321, send a fax to (580) 481-5138, or e-mail to: carl.see@altus.af.mil. No telephonic responses will be processed. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2004) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1630 (4:30 P.M.) CST, 15 Sep 2004. Submit signed and dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138 or submitted by e-mail to: carl.see@altus.af.mil. The government reserves the right and intends to make award on the initial quote without discussions. Proposals will be evaluated utilizing the lowest price technically acceptable offer. This solicitation will not be extended due to year end expenditures. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2004) with the quotation. The word document is available for download with these representation and certifications from: http://farsite.hill.af.mil/ FAR clause 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2004) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); 52.222-3, Convict Labor Law (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.0.11246) (APR 2002); 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 V.S.C. 4212) (DEC 2001); 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (MAY 1989); 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52-246-1 Contractor Inspection Requirements (APR 1984); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2004); DFARS 252.232-7003 (MAR 2003), Electronic Submission of Payment Request DFARS 252.204- 7004 ALT A Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 94-2525 Rev 24, Jackson County, Oklahoma is hereby incorporated into this Solicitation and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail from POC) Point of Contact: TSgt Carl See, Contracting Officer, phone (580) 481-7321, Fax (580) 481-5138, or e-mail to: carl.see@altus.af.mil. Secondary POC: Charles A. Peterson, Flight Chief, phone (580) 481-5838, Fax (580) 481-5138, e-mail charles.peterson@altus.af.mil. Statement of Work: The contractor shall obtain a digging permit upon notification of contract award and prior to commencement of work. Digging permits are available from the Civil Engineer project manager Janie Schultz or Seth Foulkes. Contractor shall remove concrete slabs, concrete fence post footings and trees north of the base perimeter fence line behind Jasmine Avenue at Altus AFB, Oklahoma. The fence line work is approximately 2400 linear feet from the North Gate access to the flood canal at Command Circle/Jasmine Avenue. The current fence IDIQ contractor working on the removal and installation of a new perimeter fence is at a work stoppage pending completion of this requirement. There are approximately 80 trees all varying in height from approximately 4 feet tall to 25 feet tall. The contractor is required to remove only those trees along the fence line 5 feet south of the perimeter fence to 5 feet north of the perimeter fence line. The trees to be removed will be identified with a tag by the government and private property owner(s). Any tree stumps remaining are to be grinded to a below ground depth of 18 to 20 inches. 4-5 concrete slabs measuring approximately 5-6 square feet are to be removed from the flood canal along the perimeter. The canal width is approximately 5-10 feet in width at the slab location. The contractor shall replace the broken concrete slabs with rip-rap granite; each piece approximately 10-18 inches in diameter as fill-in for erosion prevention for those slabs removed. There are approximately 15 concrete fence post footings to be removed. These footings are not to be confused with the footings in place that have fence posts attached. The footings to be removed are located near the canal end of the fence line and run west along the perimeter. These footings will be located between the existing fence posts. The concrete footings are approximately 8 inches in diameter and about 36 inches deep. Backfill is not required for the holes left from the removal of the footings. The contractor shall take precaution not to damage/disrupt the underground utility cables that are in proximity of the work to be conducted. Any damages to surrounding landscaping, grass, shrubbery, etc. caused by movement of vehicles for the removal of disposal material from the site or similar damage from other types of vehicles and/or equipment shall be repaired and restored back to its original condition before the work on this project will be considered complete. This includes any damages to the private land owner property along the fence perimeter. Contractor clean-up shall be continuous on a daily basis. Contractor shall remove and dispose of the afore mentioned materials to an approved landfill in accordance with environmental, local, federal and state laws and regulations. The period of performance for this project is not to exceed 10 working days from the notice to proceed. Increment weather is an excuseable delay in order to prevent unnecessary damages to the land owner and government property. The Contracting Officer shall be the only individual to determine if work is to be delayed. Contractor shall submit a signed single line item lump sum proposal for the entire project to the contracting POC identified above. The site visit is highly encouraged, but not mandatory. The magnitude of this project is estimated to be less than $30K.
 
Place of Performance
Address: Altus AFB, OK
Zip Code: 73523
 
Record
SN00668767-W 20040911/040909212034 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.