Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2005 FBO #1186
SOLICITATION NOTICE

99 -- NAS/JRB SWIMMING POOL REPAIRS

Notice Date
2/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Fort Worth, NAS JRB Fort Worth 1215 Depot Avenue, Fort Worth, TX, 76127
 
ZIP Code
76127
 
Solicitation Number
N62467-05-R-8809
 
Response Due
3/17/2005
 
Archive Date
4/1/2005
 
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 only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation N62467-05-M-8809 and is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. This requirement is advertised as an unrestricted acquisition. Estimated cost for this requirement is between $100,000.00 and $125,000.00. This proposal is issued for the following items: CLIN DESCRIPTION QTY U/I U/P AMNT 0001 Swimming Pool Repairs 1 Lot $ 0002 Pump Room and Equipment 1 Lot $ 0003 Wading Pool 1 Lot $ Description of Supplies/Services: 0001: The work includes the installation of a new bottom drain grating; preparation of the swimming pool surface for interior painting to include swimming lanes; scuppers and depth numbers. Paint shall be specifically designed for painting pool interior. 0002: The work includes: 1) the replacement of the existing pump room equipment hatch (the cover hatch shall be designed to support 200 pounds per square foot and a barrier shall be constructed to prevent traffic around and over the new cover hatch; 2) the removal of the existing pump, filters, control valves, piping and ventilation system. The work includes the installation of a new ventilation system; new light fixtures to provide sufficient illumination in the pump room; doors fabricated to provide ventilation; new pump and filter system (as a minimum the filters should be fabricated of a non-corrosive composite or PVC type material, having dual influent/effluent ports and compatible with multiple types of filter media); filters and pump or pumps shall be sized to have compatible flow rates and provide a minimum of one complete change of water per 6 hours of operation; filter face piping (filter face piping assemblies shall have manually operated dial valves with six indexed functions to include panel). NOTE: Piping at pump shall be configured to allow use of the existing pump as stand-by. The work shall additionally include the installation of new corrosive resistant pipes, fittings, and valves; new DRYPAK transformer unit (install transformer on pump circuit to boost existing 208/3ph voltage to 480/3ph voltage. The existing chemical injection and monitoring system shall be an integral part of the new pump and filter system and shall be cleaned and calibration checked during operation. Contractor will be required to perform complete operations check of pool and equipment prior to turning completed work over to Government. The filtering system, pumps, controls and electrical system shall comply with all current Federal, State, and Local codes, rules, regulations and ANSI/NSF standards. 0003: The work includes: leak test on drain lines and pool, repair as needed; prepare pool surfaces and paint, including depth numbers on edges of pool. Paint shall be specifically designed for painting pool interior. Change filter sand on wading pool. Perform operational test of equipment and pool. Contractor shall furnish all equipment, material, and labor. Material used shall be of quality used for the purpose in commercial practice. Items not specified but required for the proper installation or repair of a specified item or work shall be provided. The Contractor furnished material shall include any associated equipment and appurtenance required to perform the contract properly and in accordance with the manufacturer?s recommendations and methods.. It is the Offeror?s responsibility to provide all permits required. Government will not provide any permits. Period of performance for this requirement: ALL WORK MUST BE COMPLETED TEN (10) DAYS PRIOR TO MEMORIAL DAY. Offerors shall state, in their offer, their best completion time. Performance for this requirement is at the Naval Air Station Joint Reserve Base, Fort Worth, Texas. A site visit is scheduled for 10 March 2005. All Offerors interested in this acquisition are required to meet at 09:30 AM at the NAS Contracting Office, Bldg 1215. Please submit, via e-mail, name and company of Contractors attending the site visit for access to the Military Installation. Contractor names and business name should be forwarded to: ersilia.yurmann@navy.mil 2 days prior to the scheduled visit. Provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, with the following addendum applies to this acquisition: The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all Offerors; to award the contract to other than the Offeror submitting the lowest total price; to award to the Offeror submitting the highest technically rated proposal or the lowest price proposal; and to award to the Offeror submitting the proposal determined to be most advantageous (best value) to the Government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors are requested to propose their most favorable price and technical terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals; however, the Government reserves the right to clarify certain aspects of the proposals or conduct discussions providing an opportunity for the Offerors to revise their proposal. Submit for Approval: Manufacturers data on filters, pumps, valves and piping Detailed drawings of pump, filter, piping and valve layout Detailed drawings and material list for hatch cover Provide Manufacturers Safety Data Sheets on paints, primers, thinners, adhesives and solvents Upon completion of contract the Government requires written operation procedures on pump and filter system. Provisions of FAR Clause 52.212-2, Evaluation Commercial Items (1/99), do not apply to this acquisition. The evaluation process to be used is described below: Evaluation Process: Award will be made to the responsible contractor whose offer conforms to this request and is determined to be the most advantageous to the Government considering price and non-price factors. Accordingly, the Government reserves the right to award to other than the low Offeror based on the following criteria: Technical Proposal Total Evaluated Price Proposal Technical Proposal is significantly more important than price and consists of the following factors: Factor A ? Past Performance 50% Factor B ? Technical Merit 50% Technical proposal shall not exceed 20 single sided pages of 8-? X 11-size paper with 12 pitch. Brochures or other pre-printed material may be submitted. If pre-printed material is submitted it is required to be included in the 20 pages. The Technical Proposal will be evaluated using the following rating criteria: Exceptional (E) ? The proposal exceeds the requirements and provides an exceptional or outstanding approach that fully satisfies the Government requirements. A complete understanding of the solicitation is demonstrated. Award could be made without exchanges with the Offeror. Acceptable (A) ? The proposal fully satisfies the requirements and demonstrates a good understanding of the solicitation. All elements are adequately addressed. Minor weaknesses may be noted, however, award could be made without exchanges with the Offeror. Marginal (M) ? The proposal does not fully meet the requirements. Minor deficiencies are identified which could indicate an insufficient understanding of the requirements. With minor revisions or clarifications the proposal has a reasonable chance of becoming technically acceptable. Unacceptable (U) ? The proposal fails to satisfy the requirements and the approach contains an unacceptable level of risk to the Government. Major deficiencies have been identified which would require major revision or re-write. Without major revision or re-write the proposal does not have a reasonable chance of becoming technically acceptable. Factor A ? Past Performance: The Government will evaluate the quality of the Offeror?s past performance. The Government will consider recent, relevant sources, context, and trends. Past performance will be used as a means of evaluating the relative capability of the Offeror to successfully meet the requirements as set forth in this solicitation. The Government reserves the right to obtain information in the evaluation of past performance from any and all sources. Offerors must provide the following information regarding past performance: submit information on up to three projects (not older than three (3) years) that demonstrate performance on work that is similar in scope, size (or larger) and complexity to the work described in this solicitation (Municipal, public, school pools). Past performance information must include: location where work was performed, point of contact and point of contact telephone number, and contract number. Include awards, customer letters of commendation, etc., with point of contact and telephone numbers. Factor B ? Technical Qualifications: Offeror must submit the design layout of the proposed work, material to be used, and the technical solution for the overall work completed. Provide preparation requirements and installation details from the manufacturer of the equipment. The Government requires warranties on all equipment, paints, and labor. Warranty periods offered in excess of the minimum specified will receive favorable consideration. Minimum specified warranty, full text below, is in accordance with the Federal Acquisition Circular Clause 5252.211-9300. FAC 5252.211-9300 COMMERCIAL WARRANTIES (JUN 1994) The Contractor agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. (End of Clause) Price Proposal: Offerors are required to submit the price proposal for CLINS 0001, 0002, and 0003 in a separate sealed envelope marked ?Price Proposal, RFP N62467-05-M-8809. ATTN: TO BE OPENED BY ADDRESSEE ONLY. Full text of the clauses referenced in these document may be accessed electronically at these addresses: http://www.arnet.gov/far Offerors are required to include a complete copy of the provision at FAR Clause 52.212-3 Offeror Representations and Certifications ? Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial items, applies to this acquisition. In accordance with sub-paragraph (s)(4) the following additional instructions and conditions apply: Unless you offer a longer period of time, in accordance with FAR Clause 52.212-1, Instructions to Offerors ? Commercial items, paragraph c, proposals shall remain valid for a period of 60 days. The following payments may be made during the period of performance. One (1) invoice will be submitted at the completion of the contract. The invoice will not be processed until all work has been inspected and accepted by the Government. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items, apply to this acquisition. Additional FAR Clauses applicable to this requirement are at paragraph (b) (1), (7), (11), (12), (13), (14), (15), (18), (21), and paragraph (c) (1), (2), (3) of FAR Clause 52.212-5. Offerors will submit five (5) copies of the technical proposals and 3 copies of the price proposal and mail to: ROICC ? Fort Worth ATTN: Ms. Ersilia E. Yurmann 1215 Depot Avenue Naval Air Station Joint Reserve Base Fort Worth Texas 76127-1215 For information regarding this solicitation contact Ms. Ersilia E. Yurmann at (817) 782-6368 or e-mail to: ersilia.yurmann@navy.mil Written proposals shall be submitted so as to arrive not later than 1400 hours, 17 March 2005.
 
Place of Performance
Address: NAS/JRB, FORT WORTH, TEXAS,
Zip Code: 76127
Country: USA
 
Record
SN00756084-W 20050224/050222212049 (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.