Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

Z -- Runway Rubber Removal

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-06-T-0129
 
Response Due
5/19/2006
 
Archive Date
6/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Check One: __x_ Initial Posting or ___ Supplemental to previous Posting (from Sources Sought, etc)Action Code: RFQ Action Code: Classification Code: Z124 NAICS Code: 488119 Contracting Office Address: Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908 Title: Runway Rubber Removal Response Date: 19 May 2006 Primary POC: Dina Pardy, Civ, USAF 505-572-7155 Secondary POC: TSgt Michelle Palmer 505-572-2110 Solicitation Number: FA4801-06-T-0129 OR Reference Number: Description: This announcement will be issued as a Request For Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the Best Value to the Government. The period of performance will be for one (1) base year and four (4) one-year option periods. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-07. This acquisition is to be set aside and awarded to SBA Certified 8(a) firm with a bonifided location in New Mexico. The North American Industry Classification System (NAICS) code is 488119. The SB size standard for this code is $6m. BID SCHEDULE LINE ITEM ITEM DESCRIPTION UNIT UNIT COST Clin Basic Year 1 Oct 2006 ? 30 Sep 2007 0001 Trip Charge NTE 3 Each $ The trip charge shall include all costs associated with travel, motel, perdiem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 0002 Runway Rubber Removal NTE 750,000 sq Foot $ It is anticipated that the work area for each call will vary from 140,000 to 250,000 square feet. In accordance with the Statement of Work. First Option Year 1 Oct 2007 ? 30 Sep 2008 1001 Trip Charge - The trip charge shall include all costs associated with travel, motel, perdiem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 1002 Rubber removal It is anticipated that the work area for each call will vary from 140,000 to 250,000 square feet. In accordance with the Statement of Work. Second Option Year 1 Oct 2008- 30 Sep 2009 2001 Trip Charge - The trip charge shall include all costs associated with travel, motel, perdiem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 2002 Rubber Removal It is anticipated that the work area for each call will vary from 140,000 to 250,000 square feet. In accordance with the Statement of Work. Third Option Year 1 Oct 2009- 30 Sep 2010 3001 Trip Charge - The trip charge shall include all costs associated with travel, motel, perdiem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 3002 Rubber removal - It is anticipated that the work area for each call will vary from 140,000 to 250,000 square feet. In accordance with the Statement of Work. Fourth Option Year 1 Oct 2010- 30 Sep 2011 4001 Trip Charge- The trip charge shall include all costs associated with travel, motel, perdiem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 4002 Rubber removal - n It is anticipated that the work area for each call will vary from 140,000 to 250,000 square feet. In accordance with the Statement of Work. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; Terms of the expressed warranty; Price, Any discount terms and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Offerors Representations and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 52.204-9 Personal Identity Verification of Contractor Personnell; FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); HAFB 008 ? Holloman AFB Access; HAFB 009 ? Wide Area Work Flow Statement (FEB 2005); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders?Commercial Items (FEB 2006), 52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126), 52.222-21, Prohibition of Segrgated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disablilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.252-2 Clauses incorperated by reference (FEB 1998); FAR 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items (FEB 2006), 52.217-8 -- Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30_____ [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within __30___ [insert the period of time within which the Contracting Officer may exercise the option]; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least _60__ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _____5 years 6 months______ (months)(years). 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). Addendum to FAR 52.212-4 Contract Terms and Conditions- OCT 2003 Commercial Items. Facsimile and email offers will be accepted. Contracting officer: Michelle M. Palmer. The point of contact for this solicitation is Dina Pardy, Civ, USAF 505-572-7155, FAX: 505-572-7333, e-mail dina.pardy@holloman.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. The Contractor shall perform in accordance with standards outlined in the Performance Work Statement and with all applicable federal, state, and local laws and regulations. PROJECT DESCRIPTION: Runway Rubber Removal 1. The work covered by this specification consists of furnishing all labor, equipment, materials, transportation, etc, that is required to remove 85-percent of the rubber buildup from 100-percent of the work area. The work shall be performed on both asphalt and concrete surfaces. 2. The rubber removal work shall be completed without damaging the pavement, joints, joint sealant, and any other government property. If any damage does occur, the Contractor shall repair the damage as required, and in a manner approved by the Project Inspector. 3. Prior to the start of work, the Contractor shall attend an airfield safety briefing. The Contractor shall follow all instructions given at this briefing. If necessary, the Contractor will be provided with a radio at this time. The Contractor shall return the radio at the end of the work. The Contractor shall also receive airfield passes for his vehicles at this time. 4. The removal of rubber shall be accomplished by using a runway derubberizing compound specifically formulated and field-tested for this purpose. Any compound that is not exclusively designed for rubber removal will not be acceptable. Any techniques which involve scraping or high-pressure water blasting will not be allowed. All work shall be in strict accordance with the manufacturer?s instructions. 5. The Contractor shall submit the following information to the Contract Administrator: Detailed documentation indicating that the Contractor has successfully removed runway rubber buildup for at least 30 major airports throughout the country or overseas. If requested, the Contractor shall be prepared to provide references at these specific airports. Detailed information on the chemical composition of the product. The chemical shall be for rubber removal and environmentally safe. The Holloman AFB Environmental Flight will review the product to ensure that it meets all required regulations. No product will be allowed for use on base until approval is received from the Environmental Flight. 6. The equipment used for rubber removal work shall be mounted on pneumatic tires, and shall not cause damage to the pavement surface or joints. 7. The Contractor shall provide lighting as required. 8. The Contractor shall begin work only when the air temperature is 40? F and rising, and when the pavement temperature is 35? F and rising. 9. The Contractor shall erect highly visible cones and barricades around the work area as appropriate. 10. Water will be provided to the Contractor at no cost. The water source will be a fire hydrant(s) located within the airfield area. The Contractor shall provide a wrench for opening and closing the hydrant. When the hydrant is not in use by the Contractor, it shall be made available for emergency use by the base fire department. 11. The Contractor will not be required to recover the chemical. 12. Work times and dates will be coordinated with the Contractor for each individual call. The work will typically take place during nights, weekends, and holidays. 13. The Government will provide a storage area to store his equipment and materials in areas designated by the Government. The storage area will be located somewhere within the airfield. 14. Compliance with the 85-percent removal from 100-percent of the work area shall be determined by direct testing within the designated work area. 14.1 A one square foot section of transparent material inscribed with a grid of 100 equal squares shall be used as a tool for quantitative measure of the 85-percent removal. Place the grid pattern on the pavement surface at random locations. Then count the squares which contain rubber deposits. The number of squares containing rubber deposits shall not exceed 15 in each of the randomly selected locations. 14.2 Each work area designated for rubber removal shall be divided into four equal zones for the purpose of compliance testing. Within each zone, a minimum of seven random locations shall be evaluated. At least 85-percent of the randomly selected areas within each zone must meet the requirement described in paragraph 14.1. Each zone shall be evaluated independently. A zone not meeting the 85-percent removal requirement shall be recleaned by the Contractor at the Contractor?s expense. 14.3 Deposits of rubber are defined as any surface deposit that can be removed by scratching the deposit with a flat sharp object (such as a pocket knife) without damaging the pavement surface. Stains are defined as materials in the pavement surface microtexture that cannot be removed without damaging the pavement surface. Stain is generally embedded in the surface of the pavement below the horizontal plane of the surface texture. The Contractor is not responsible for stain removal. 15. The Contractor shall perform a complete cleanup of the work and equipment storage areas after the work is complete. The Contractor shall ensure that all debris is removed from the work area. The Contractor shall have an approved method to remove broom bristles from the runway. END OF STATEMENT OF WORK Place of Contract Performance Address/City/State: Holloman AFB, NM Postal Code: 88330 Country: USA SetAside: Check One: ___ Partial Small Business ___ Veteran-Owned Business ___ Partial HBCU ___ Total HBCU ___ Service-Disabled Veteran-Owned ___ Partial Women-owned Business ___ Total Women-owned Business ___ N/A ___ Total HUB-Zone ___ Partial HUB-Zone ___ Total Small Disadvantage Business ___ Partial Small Disadvantage Business _x__ Total Small Business ___ Very Small Business ___ 8a Competitive Archiving policy (check one): x Automatic, 15 days after response date Automatic, on specified date ? Month/Day/Year (MMDDYYYY) List date:_____________ (normally this date is 30 days after contract award) Manual archive CONTRACTING OFFICER signature signifies approval for posting Date
 
Place of Performance
Address: Holloman AFB, New Mexico
Zip Code: 88330
Country: USA
 
Record
SN01045369-W 20060512/060510220606 (fbodaily.com)
 
Source
FedBizOpps 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.