Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
MODIFICATION

42 -- Drafting Pit Altus AFB

Notice Date
9/15/2006
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave Bldg 302, Altus AFB, OK, 73523-5132, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1B3F36200A100
 
Response Due
9/18/2006
 
Archive Date
10/3/2006
 
Point of Contact
Larry Pruitt, Contract Specialist, Phone 580-481-5837, Fax 580-481-5138, - Charles Peterson, Chief, Civil Engineer Support Flight, Phone 580-481-5838, Fax 580-481-5138,
 
E-Mail Address
larry.pruitt@altus.af.mil, charles.peterson@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*** AMMENDMENT TO SOLICITATION THE STEEL TANK SHALL BE COATED WITH ASPHALT AMMENDMENT TO SOLICITATION *** This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1B3F36200A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12 4 Aug 06. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 332312, with less than 500 employees. This item is an End of Year purchase. This item may or may not be funded. All quotes on this item will need to remain in effect until 01 OCT 2006. Statement of Work: 1.0 PURPOSE: The facilities primary function is to reclaim, provide for treatment, and supply water to non-potable training environments and pump testing. Phase one construction will allow Fire department personnel access the reclaimed water via drafting ports. Personnell will use the water to perform pump testing and discharging through a pump test appliance and funnel target cone. 1.1 GENERAL: The facility shall meet the needs of the Altus AFB Fire Department and follow standards and guidelines set forth by The National Fire Protection Association pump testing standards. Phase 1 construction, will consist of underground steel water storage vessel. In Phase 1 construction the contractor shall provide a Fire Departmental Pump Testing Appliance Stand and Target Cone. Due to the nature of the training prop, it's intended use and the methodology of construction, the Training Facility water recycling and pump-testing systems in phase 1 and phase 2 constructions, is not designed to meet any potable water system standards. Governing jurisdictions may require a variance and / or appropriate signage warning of training use Non-Potable Water only. 1.2 GENERAL REQUIREMENTS Supply and install water storage vessel and concrete pad over the water storage vessel. 1.3 WATER STORAGE VESSEL Contractor shall supply and install a pre-engineered 20,000-gallon steel tank. Tank shall be coated with asphalt. This tank should be approximately 12 foot diameter x 30 foot long. The tank shall have a dividing baffle with no more than 100 square inches of unobstructed water flow at the bottom of the vessel. Two OSHA approved pre-fabricated vertical 36 inch man way hatches and ladders shall be welded into the vessel, one at each end at the top of the vessel. The man way hatches shall have removable access lids for surface access for drafting operations and inspection. At the top on the end of the vessel, there shall be welded in a vertical 18-inch flanged port, which will support the Target Cone. All molded flanged ports shall be factory molded fiberglass connections. 1.4 APPLIANCE STAND AND TARGET CONE: Attached to the flanged 18" port shall be a Pump Test Nozzle Target Cone and Appliance. 1.5 INSTALLATION OF VESSEL: The installation shall include an engineer and manufacturer approved restraint system designed to hold the tank in place. Installation shall be verified by a manufactures representative and shall be documented with as built drawing and pictures. Vessel shall be backfilled with sand to 6 inches below finished grade. All installation data shall be made available to the government in an electronic version and 2 sets of hard copies. 1.6 CONCRETE A concrete pad shall be poured over the water storage vessel. The concrete shall be a minimum of 6 inches thick. 1.7 TRAINING: Training in the proper operation and maintenance of drafting pit will need to be included in price. 1.8 CLEAN-UP At the end of each day check the site and pick all debris and garbage. Insure that all materials are secured in a neat and orderly fashion. Thoroughly clean the job site at the completion of the assembly process to remove all debris, garbage, packing materials, metal shavings, and dirt. 2.0 DESIGN EQUIVALENCIES: Any submitted substitute deemed equivalent by the bidding contractor must be approved by the Fire Department prior to the bid due date. 2.1 RFP - DESIGN, DRAWINGS & DATA: The contractor shall be responsible for providing the vessel design, general plans, and elevations of the vessel he or she is proposing. The owner shall only provide the basic features and descriptions referred to in this request for proposal. The contractor once awarded, shall submit, as requested, structural calculations for review. The Licensed General Contractor shall submit 3 sets of assembly drawings and 3 sets of materials and building parts manuals, each shall be identified by individual part numbers clearly stamped or tagged with brass tags or part numbers. Each must coincide with the drawings. 3.0 WARRANTY: The Contractor through the Manufacture shall certify that the tank and its components have been designed to meet the contract specifications. The contractor and the manufacturer shall warrant the tank and components to be free of fabricating defects for a period of two years from the date of shipment unless otherwise specified. This warranty is limited to the replacement of defective parts, or at the manufactures option, authorization may be given to the owner to charge back to the manufacturer an agreed upon amount for extra fieldwork. 4.0 SUBMITTALS: Submittals shall include price proposals, and three references of similar projects. Bids shall be for complete systems that meet all requirments. The government is under no obligation to neither accept nor reject any offered proposal. The government shall rate and select the contractor based on the following categories. 1. Price 2. Past Performance (End SOW). All work shall be performed IAW SOW. Award shall be made only to contractors who have registered with Central Contractor. Registration at: http://www.ccr.gov/ Please send any questions or requests to 97 CONS / LGCB, ATTN: Larry Pruitt 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. You may also call P.O.C. at (580) 481-5837,send a fax to (580) 481-5138, or e-mail to: larry.pruitt@altus.af.mil. 97 CONS / LGCB, ATTN: Charles Peterson 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. Send a fax to (580) 481-5138, or e-mail to: charles.peterson@altus.af.mil. Telephone bids, will not be processed. A site visit will be held at 2:00 PM CDT on 14 September 2006. To register for this site visit please contact one of personnel listed above before 0900 CDT on 14 September 2006 to register. All contractors attending the site visit will need to meet contracting personnel at the south gate located on HWY 62. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (JAN 06) is incorporated by reference. It is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1600 (04:00 P.M.) CDT, 18 September 2006. Submit signed and dated quotations on company letterhead or quotation form. FAR 52.212-2 Evaluation ? Commercial Items (JAN 99) is ammended as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance. Quotations may be faxed to (580) 481-5138. The government reserves the right to make award on the initial quote without discussions. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006) with the quotation. The word document is available for download with these representation and certifications (and also in entire from: http://farsite.hill.af.mil/). FAR clause 52.212-4 (SEP 2005), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: 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 changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFF ARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installations. Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (JUL 2005); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, (MAY 1989), (29 V.S.C. and 41 V.S.C. 351, et seq.), Laborer, WAGE: $9.83, FRINGE: 32.85% (Govt Est.); FAR 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006); FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.253-1, Computer Generated Forms (JAN 1991); apply to this acquisition with the following addendum, DFARS clauses and provisions that apply to this solicitation are DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006); DFARS 252.232-7003 (MAY 2006), Electronic Submission of Payment Request DFARS 252.204- 7004 Required Central Contractor Registration (NOV 2003); AFFARS 5352.242-9000 (JUN 2002), Contractor Access to Air Force Installation also applies to this Solicitation. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Department of Labor Wage Determination 94-2525 Rev 27, Jackson County, Oklahoma is hereby incorporated into this Solicitation) and any resultant Purchase Order (also available electronically, by FAX or e-mail, or by mail).
 
Place of Performance
Address: 303 J AVE, BLDG 302, ALTUS AFB, OK
Zip Code: 73523-5132
Country: UNITED STATES
 
Record
SN01145024-W 20060917/060915220817 (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.