Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

N -- Fuel Dispensing Units

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
333913 — Measuring and Dispensing Pump Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-06-T-C252
 
Response Due
7/12/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This solicitation FA3047-06-T-C252, is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 and DFARS change notice 20060519. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 333913 and the Standard Size is 500 employees. Non-Personal Services: The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, and other services as necessary to remove four (4) existing dual dispenser fueling units and replace with four (4) new dual dispenser fueling units. Two dispensing units are located at building 5023 and two units are located at building 211 at Lackland AFB, TX. All work shall be in accordance with commercial and industrial standards. Performance will be in accordance with the attached Statement of Work (SOW). The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this solicitation. The provisions at FAR 52.212-2, Evaluation-- Commercial Items, apply to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, SOW, and provides the best value to the Government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications On-line at https://orca.bpn.gov . The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. All interested parties must be registered in the Central Contractor Registration (CCR) database as prescribed in DFARS 2.52.204-7004 which can be located at http://www.ccr.gov. The following clauses apply to this solicitation: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.232-33, Payment by Electronic Funds; FAR 52.247-34, FOB Destination; DFAR 252.204-7004, Required Central Contractor Registrations, DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The full text of these clauses may be accessed electronicaly at http://farsite.hill.af.mil. Quotes are due no later than 1600 hours (4:00) PM CST, 12 Jul 2006, and should reference the solicitation listed above. Quotes may be mailed to POC: Susan J. Edwards, 37 CONS/LGCAA, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to 210-671-3360 or E-mailed to susan.edwards@lackland.af.mil. Quotes must be good for 60 days. STATEMENT OF WORK REPLACE FUEL DISPENSING UNITS BUILDINGS 5023 & 211 LACKLAND A.F.B., TX SCOPE OF WORK ? Contractor shall provide all materials, labor, equipment, tools and supervision necessary to remove four (4) existing dual dispenser fueling units and replace with four (4) new dual dispenser fueling units. Two dispensing units are located at buildings 5023 and two are located at building 211 on Lackland AFB, TX. PERFORMANCE PERIOD Contractor shall complete all work within ten (10) working days after receipt of contract. DESCRIPTION OF WORK Work shall include the removal and disposal of 4 existing dual dispenser fueling units (2 diesel and 2 MOGAS units). It shall also include the installation of 4 new dual dispenser fueling units (2 diesel and 2 MOGAS units). Required electrical wiring to power the dispenser, computer data line wiring required to transmit information between the fuel master and the dispenser, any fuel line replacements required, and valve retrofit piping shall also be provided and installed. Building 5023 is to receive 1 diesel and 1 unleaded gasoline dual dispenser fueling unit and building 211 will receive the same. Fuel Dispensers shall be a dual dispenser with single product reception. Dispenser shall be equipped with an electronic read-out display (Volume only - Gallons), an electro-mechanical totalizer read out, an internal fuel filter, and a vapor recovery kit. Dispenser shall be compatible with the Fuel Master Series FMU 2500 fuel control/management system. Contractor shall provide dispenser hoses, swivel nozzles with auto shut off, break-away connections, and new safety impact valves. Acceptable models include Gasboy/Altas Model # 9852KXTW1 or an equal fuel dispenser. All equal fuel dispensers shall meet the criteria specified in this paragraph. Contractor shall provide documentation of the equal of the fuel dispenser to 37 CONS/LGCAA with quote for review and approval. All work shall be done in accordance with all applicable local, state, and federal codes, to include but not limited to The National Electrical Code, The Uniform Mechanical Code, The Uniform Plumbing Code, The American Petroleum Institute (API) Standard 1601 Base Lay-out of Single-Unit Service Station Pumps or Dispensers, NFPA 30, Flammable and Combustible Liquids Code, NFPA 30A, Code for Motor Fuel Dispensing Facilities and Repair Garages, and the Unified Facilities Criteria (UFC) 3-460-03, Operation and Maintenance of Petroleum Systems. WARRANTY SHALL BE A STANDARD COMMERCIAL WARRANTY. WORKING HOURS ? Work shall be accomplished during normal working hours [0730 to 4:30 Central Standard Time] Monday through Friday excluding Federal Holidays. SCHEDULING Building will be occupied and in normal use. Contractor shall coordinate work schedule with the Project Engineer and Building Manager. PROTECTION OF GOVERNMENT PROPERTY ? Contractor shall protect all government and personal property in the affected area from damage. Any damage caused by the contractor shall be replaced or repaired to government satisfaction prior to final payment. SAFETY ? The contractor shall comply with local, state, federal and base safety requirements. Contractor shall obtain a FIRE PERMIT from the Fire Dept (671-2921) before any hot work is performed. HAZADOUS AND/OR TOXIC MATERIALS Contractor shall identify and report HAZMAT usage to the HAZMAT Office according to local procedures. All HAZMAT brought to the jobsite shall require the contractor to fill out an AF Form 3952 for each item for submission to the HAZMAT Office. Additionally the contractor is required to submit Material Safety Data Sheets (MSDS) as directed by the clause entitled Hazardous Material Identification and Material Safety Data (FAR 52.223-3). The Contractor shall submit actual usage report of all hazardous /toxic materials brought on the base to the HAZMAT Office (IAW AFI 32-7086, Hazardous Material Management). The phone for the Lackland AFB HAZMAT Office is 210-671-0333 or 0031. CONTRACTOR GENERATED REFUSE All Contractor generated refuse and waste shall be stored in a waste container provided by the Contractor and hauled to a disposal area to be selected by the Contractor and shall be located outside the physical boundaries of the installation. Contractor?s refuse shall comply with the current disposal environmental requirements. The site shall be kept neat and orderly and safe for workmen at all times. All waste chemicals or debris generated from Lackland Air Force Base projects shall be managed in accordance with federal, state, and local regulations. This includes proper marking, labeling, and storage while the waste is accumulating. Hazardous and Non-Hazardous waste must be manifested off-site to a landfill permitted to receive it. An authorized 37 CES/CEV employee must sign manifests before the waste is shipped off base. For assistance, please call 210-671-5382. GOVERNMENT POC?S AND JOB SITE VISITS The Government POC?s for this project are Project Engineer, Mr. Jerry Vesey and Liquid Fuels Management(LFM) Supervisor/Building Manager, Steve Smith. The Project Engineer can be reached at 210-671-0272 or the LFM Supervisor/Building Manager can be reached at 210-925-8545.
 
Place of Performance
Address: Lackland AFB TX
Zip Code: 78236
Country: USA
 
Record
SN01081203-W 20060702/060630220735 (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.