Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

S -- Water Meters

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
Reference-Number-F131A5101A100
 
Response Due
5/25/2005
 
Archive Date
6/9/2005
 
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 solicitation F1R31A5101A100 is issued as a request for quotes. This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2001-13. This procurement is full and open. The NAICS Code is 221310 with a size standard of $6,000,000. You must be registered in the Central Contractor Registration (CCR) to bid on this solicitation. Request Quotation to purchase and installing new digital meters that can be read from a touch pad meter box housing cover with a data receiving type wand or equal to the specifications on Attachment A and remove the old analog water meters. The Government reserves the right to award multiple line items to multiple vendors based on the best value criteria listed below in 52.212-2. Quote must include estimated available delivery date. DESCRIPTION: 1. SCOPE OF WORK: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items to remove 6 old water meters where applicable and 6 install new water meters at Dyess AFB, TX. All work shall be in accordance with this statement of work. 2. LOCATION OF WORK: Dyess AFB is located on the west side of Abilene, TX 2 miles south of west Highway 80. The subject water meters are located @ Bldgs: 7206, 8150, 6132, 9201, 7340 and east housing water feed across from the shopette. All meters are located underground; excavation is required by the contractor. 3. FIELD MEASUREMENTS: The contractor shall verify all measurements at the site and will be responsible for all dimensions. 4. SAFETY AND HEALTH: 4.2 All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, and with the Corps of Engineers (COE) Safety Manual 385-1-1 dated 03 Sep 96. 4.2 All companies who conduct business within the state of Texas must, in accordance with Texas Workman Compensation laws (Texas House Bill 62), have an approved company safety policy and an Accident Prevention Plan. The plan, approved by the Texas Workman Compensation Commission (TWCC), shall be submitted For Information Only. In addition to meeting the TWCC requirements; the plan must also include the requirements of COE Safety Manual 385-1-1. 4.1 All holes/pits/trenches/man way openings, etc, that are to be left open shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole. 4.4 Radiation Permits and Authorizations: Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Dyess AFB Radiation Safety Officer (RSO), 7 ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Dyess AFB must be forwarded to 7 ADOS/SGGB, 697 Hospital Road, Dyess AFB, TX 79607-1367 (this is mailing address, physical address is 880 Third St.) or (915)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors will not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (7 ADOS/SGGB) a copy of contractor?s radioactive materials permit and training certificates, if radioactive material will be brought onto Dyess AFB. 5. AVAILABILITY OF UTILITIES: All reasonable quantities of water and electricity will be made available to the contractor without charge. Contractor shall receive approval from Quality Assurance Personnel (QAP) prior to tapping into government utilities. The contractor shall be responsible for all connections/taps necessary to hook up to utilities and for removing any connections/taps upon termination of work. 6. SCHEDULING OF WORK: The contractor shall submit for prior approval a proposed schedule for all work to be done under this project. Any change must have prior approval from the Contracting Officer at least 3 days prior to commencement of work. 7. DESCRIPTION OF WORK: The work to be accomplished under this contract shall consist of removing old analog water meters and installing new digital meters that can be read from a touch pad meter box housing cover with a data receiving type wand or equal. 7.1 All accessories or incidental items not specified herein, which are necessary and/or required to complete the work within the intent of the project, shall be included by the contractor at no additional cost to the government. 8. INSPECTION: Before submitting a proposal on work contemplated, each bidder should examine the site of proposed work and thoroughly familiarize themselves with all existing conditions and limitations affecting the performance of work. No extra compensation will be allowed because of misunderstanding as to the amount of work involved or the bidder?s lack of knowledge of any existing conditions, which could have been discovered or reasonably anticipated prior to bidding. 9. WORK SCHEDULE: Normal working hours for the contractor will be between the hours of 7:30 A.M. - 4:30 P.M. excluding Saturdays, Sundays and federal holidays. If the contractor desires to work during periods other than above, additional government inspection forces may be required. The contractor must make his/her request to the contracting officer 3 days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the contracting officer may authorize the contractor to perform work during periods other than normal duty hours/days. However, if inspectors are required to perform in excess of their normal duty hours/days solely for the benefit of the contractor, the actual cost of inspection at overtime rates will be charged to the contractor. These adjustments to the contract price may be made periodically as directed by the contracting officer. 10. RESPONSIBILITY OF THE CONTRACTOR: The contractor assumes full responsibility for any and all government property damaged in whole or part from the negligent acts or omissions by the contractor, subcontractor, or an employee, agent or representative of the contractor. The contractor also agrees to reimburse the government for any and all damage of whatever kind to any and all government property associated with the performance of this service. 11. DISPOSAL OF MATERIALS: The contractor shall dispose of all debris generated by this contract at an off-base location in accordance with state, local and federal ordinances. All deleterious materials shall be disposed of off base in such a manner that meets federal, state and local environmental regulations. 12. SECURITY REQUIREMENTS: Dyess AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Dyess AFB in question. The work described above will be in the GENERAL ACCESS AREAS. 12.1 The lowest level of security exists in GENERAL ACCESS AREAS. These AREAS are all of Dyess AFB outside of the "USAF Controlled" and "USAF Restricted" AREAS. 12.2 Dyess Air Force Base is a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. Information necessary to obtain identification cards will be provided by the Contracting Officer at the pre-performance conference. The Contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the Contractor shall be responsible for turn in of identification cards no longer needed to the Contracting Officer or to the Pass and Registration Office of the Security Forces. Failure to turn in badges will result in last payment of payroll to be withheld and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. DYESS FORM 173: Effective 1 Nov 04, a completed signed original Dyess Form 173 (Mar 04) must be delivered to Pass & ID by 0900 on the duty day prior to the desired day of entry onto Dyess AFB. The Visitor Control Center will no longer issue temporary passes to contractor personnel unless they have already been previously identified on an executed Dyess Form 173. All information on the Dyess Form 173 must be typed and the authorizing signature must be in blue or black ink. Personal information provided on the Dyess Form 173 will be cross-referenced against state and federal criminal databases to identify those individuals possessing outstanding warrants. Those individuals with outstanding warrants will be detained at the Visitor Control Center on the desired day of entry, and turned over to Abilene Police Department. If any errors are noted on the form, the approving authority (individual on the 577) can make ink changes in red ink. All changes have to be initialed by the approval authority. (Effective Date: Immediately) All individuals with Dyess Form 173?s will still continue to be processed via the Texas Law Enforcement Terminal System (TLETS?police wants/warrants check). Once it is determined the individual is cleared from any wants or warrants, a copy of the Dyess Form 173 will be placed at the Tye Gate entry point. The Tye Gate Guard will use this form as an Entry Authority List (EAL) allowing contractors onto the installation. The contractor will then be able to go to the Gate directly (not the Visitor Control Center (VCC) or Arnold Gate) and verify if their Dyess Form 173 is there. Should their Dyess Form 173 not be there, they will be directed to the VCC for issuance of an AF Form 75. At this time someone will physically have to meet them there to sponsor them onto the installation. (Reasons why the form would not be at the guard shack would be erroneous driver?s license number, erroneous information, warrant, or identified as illegal alien). (Effective Date: Immediately) Should their Dyess Form 173 be at the Tye Gate entry point, the contractor will be told to proceed directly to the Pass and Registration Section for the 7 SFS Contractor Badge issue. The Pass Section will have the original Dyess Form 173. Once a badge is obtained, they need only show the badge at the installation gate for entry onto the installation. Please note that neither the Security Forces Control Center nor the Tye Gate Guards will check the Dyess Form 173 for errors. This is the responsibility of the Pass and Registration Section. (Effective Date: Immediately) The Dyess Form 173 will be maintained at the Tye Gate entry point for 48 hours (two business days). After the specified time has expired, it will be destroyed. Should the contractor not process through Tye Gate in that 48-hour period, the contractor will require someone to physically vouch them on base to get a one-day pass at the VCC so they may proceed to the Pass and Registration office for their badge. The hold period for these forms at the gate can and will be extended should rain days occur or through prior coordination with any affected agency. (Effective Date: Immediately) All contractors must attend a contractor briefing given to the contractors by Pass and Registration who will provide a more detailed explanation regarding contractor badges and their uses. Pass and Registration reserves the right to not issue a contractor badge due to erroneous information or failure to disclose information on the Dyess Form 173. Any derogatory information received from the background check will result in the non-issuance of the contractor badge. The Dyess AFB Form Letter 173 is subject to the privacy act of 1974, Authority: 10 U.S.C. 8012 and 5 U.S.C. 552a (b) (7). Principle purposes: To provide the 7th Security Forces Squadron, and other authorized agencies, with a listing of personnel authorized access to Dyess Air Force Base, Texas as Contractors or Contractor employees. Routine Uses: To verify the identity of personnel entering Dyess AFB as Contractors. Disclosure is Mandatory: Failure to provide the information and Social Security Number (SSN) could result in denied access to the Dyess AFB installation. 13. IDENTIFICATION OF CONTRACTOR VEHICLES: Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage. PROVISIONS: 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This award will be made on the basis of lowest cost, technically acceptable. Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with this offer. Clause at 52.212-4, contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and the following FAR clauses are cited: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; Clause at FAR 52.222-19, Child Labor; FAR 52.222-41, Service Contract Act Of 1965, As Amended; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans & Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates For Federal Hire; FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional Contract Terms & Conditions applicable to this procurement are: DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items is hereby incorporated by reference. DFAR 252.225-7036, North American Free Trade Agreement Implementation Act, is incorporated by reference. A Site Visit is scheduled for 1400hrs, 19 May 2005. Please RSVP with the POC John Hebdon. Offers are due to: 7 CONS/LGCA, 381 Third Street, Dyess AFB, TX 79607 or Fax (325) 696-4084, by 1600 hrs on 25 May 2005. Please contact John Hebdon by telephone (325-696-1072) or by e-mail (John.Hebdon@dyess.af.mil) with any questions. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil.
 
Place of Performance
Address: 381 3rd St, Dyess, AFB TX
Zip Code: 79607
Country: USA
 
Record
SN00806886-W 20050515/050513212027 (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.