Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

43 -- New Deep Well Pump 1600 GPM W/Motor

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
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
F2M3CB6205A200
 
Response Due
9/11/2006
 
Archive Date
9/11/2006
 
Description
SYNOPSIS SOLICITATION Document Type Combined Synopsis Solicitation Notice Solicitation Number F2M3CB6205A200 Posted Date ___September 6, 2006___ Response Date_September 11, 2006_ Archive Date: ___________________ Classification Code: Water and Sewer Line and Related Structures Construction NAICS Code: 237110 Set Aside: Open Market Contracting Office Address: Air Education and Training Command 37th Contracting Squadron/Attention: Mary Ann Martinez 1655 Selfridge Avenue Lackland Air Force Base Lackland AFB, TX 78236-5253. Description: This is a combined synopsis/solicitation to Install New Well Pump 1600 GPM, Bldg 4070 prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for Quote (RFQ) and quotes must be on all or none basis. Submit written offers (oral offers will not be accepted). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DFARS and Change Notice 20030722, North American Industry Classification System Code: 237110, and a size standard of 13Million applies to this procurement. By submission of your offer, you are self-certifying that you meet the criteria for having performed this type of work. The contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all operations in installing a new 1600 GPM Deep Well with new Motor in Bldg 4070 at Lackland AFB, as defined in the attached Statement of Work (SOW). CLIN 0001 ? Furnish and Install New Well Pump 1600 GPM, Bldg 4070. FOB Destination The Provisions at FAR 52.212-1 Instructions to Offerors ? Commercial applies to this acquisition. Offerors will be evaluated based in accordance with the provisions at FAR 52.212-2 Evaluation ? Commercial Items. The specific evaluation criteria to be included in paragraph (a) Technical (b) Price. Offerors are required to provide a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The Clause at 52.212-4, Contract Terms and Conditions ? Commercial Items applies to this acquisition. The clause at FAR 52.212..4 paragraph (c) is tailored as follows: (c) Changes. 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 paying office, appropriation data, etc. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Commercial Items with these additional FAR clauses marked: Central Contractor Registration; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212);52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793);52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration); 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications, Commercial Items (requires certification), and DFARS 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003, Electronic Submission of Payment Requests. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. All responsible sources may submit a quote. Period of Performance is one year. Quotes shall be forwarded to the attention of Mary Ann Martinez, Construction Office, or email maryann.martinez@lackland.af.mil. Quotes are required to be received no later than 2:00 P.M. CST,__September 11, 2006__. Quotes must be valid for 60 days. Point of Contact: Roy G Hernandez, Contracting Officer, Phone Number 210-641-1736, Fax 210-671-3360 Email: roy.hernandez@lackland.af.mil Mary Ann Martinez, Contract Specialist, Phone Number 210-671-1727, Fax 210-671-3360, Email: maryann.martinez@lackland.af.mil. STATEMENT OF WORK FOR WATER WELL 1. SCOPE OF WORK: The contactor shall provide all personnel, equipment, tools, hoisting capabilities, materials, supplies, labor supervision and other items and services necessary to install one new deep well pump 1600 GPM, with new motor at Lackland AFB, Facility 4070. Water well pump is a Byron Jackson model pump (or equal), 12 MQH/5 stage vertical line shaft turbines water cooled bearings and 200hp, 1800 PRM, 460 volts, 2 phases, HZ 60, 240 amps vertical motors. Install new 8 inch piping approximately 210 feet with new pump, pump shall be same or equal with new air line, new valve and new gauge. Contractor shall perform all work and utilize construction methods and material in accordance with industry practices and construction codes. 2. SPECIFIC TASK. Contractor shall install deep well turbine pump, and hook up electrical to a new 200hp vertical motor. Contractor shall coordinate with Bioenvironmental and the Civil Engineering Utility Shop for the start up of the well after pump in reinstalled. Contract will be required to disinfect the well in accordance with American Water Works Association standards guideline (AWWA C654-97, Disinfection of Water Wells). Sampling shall be performed by the government. The contractor shall be required to disinfect the wells until sample results indicate that the facility is free of microbiological contamination and it can be placed back in service. 2.1 All work and access to the well site shall be coordinated with Mr. Patterson from the 37 Civil Engineering Base Utility Shops at 671-2447. 3. HOURS OF OPERATION: All work shall be performed from 07:30 AM to 5:00 PM, Monday through Friday, except during federal holidays. 4. INSPECTION AND ACCEPTANCE. Upon completion of work, the contractor along with Base Utility Shop shall inspect and accept the well pump system for full functionality and operability in accordance with manufacture recommendations. Contractor shall warranty all work parts and labor for a period of one year. 5. CLEAN UP. It is the responsibility of the contractor to ensure this requirement is met at the end of each workday and to insure that work site is secured. The contractor shall remove all debris generated as a result of this service from the job site at the end of each shift. Contractor shall remove and dispose of all construction debris at an off base site in accordance with the federal, state and local industry and environmental standards.
 
Place of Performance
Address: LACKLAND AIR FORCE BASE, BUILDING 4070, SAN ANTONIO, TEXAS
Zip Code: 78236
Country: UNITED STATES
 
Record
SN01135003-W 20060908/060906221015 (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.