Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

H -- Pop-Up Barriers Maintenance

Notice Date
12/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2W3D26338A1
 
Response Due
1/9/2007
 
Archive Date
1/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION Pop-Up Barrier Maintenance (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W3D26338A1. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 811310 with a small business size standard of $6.5M. (v) This combined synopsis and solicitation is for all supervision, labor, materials and equipment to provide regular monthly periodic inspection and maintenance, annual inspection and maintenance and emergency repair for (10) Delta Scientific Corp., Model DSC501 Phalanx Barrier Systems, on Malmstrom AFB, MT. All maintenance and repair will be conducted in accordance with Delta Scientific Corp. Operations and Maintenance Manual. See attached Statement of Work for additional specifications. (vi) Period of performance is exactly 1 full calendar year from the date of contract award. In addition, proposals must be in accordance with a schedule described in the Statement of Work (i.e. monthly rates, emergency rates (including weekend/holiday rates) and etc.) (vii) The provision at FAR 52.212-1(Jan 2006), Instructions to Offerors--Commercial Items, applies to this acquisition. (viii) FAR 52.212-2 Evaluation-Commercial Items (addendum); Quotes will be evaluated on price, delivery date and ability to meet the Statement of Work. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items and be registered in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ . (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. In addition, 05-2317 MT,WAGE DETERMINATION NO: 05-2317 REV (01) OTHER WELFARE LEVEL WD:05-2318 apply to this acquisition. Wage determination can be viewed in full text at http://wdol.gov/sca.aspx#8 (xi) The clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition. In addition, the following clauses apply to this acquisition: FAR 52.219-8, Utilization of Small Business Concerns (May 2004), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 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), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.222-41, Service Contract Act of 1965, as Amended (July 2005). (xii) The clause at DFARS 252.212-7001(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. In addition, FAR 52.225- 7036 Alt. I, Buy American Act and Balance of Payment Program; DFARS 252.225-7014(Alt I) Preference for Domestic Specialty Metals; DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; DFARS 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.233-3 Protest After Award (Apr 1984), FAR 52.233-4 Applicable Law For Breach of Contract Claim (Apr 1984) apply to this acquisition. (xiii) The clause at DFARS 252.232-7003, Wide Area Work Flow applies to this acquisition. (xiv) The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) apply to this acquisition. All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ (52.204-7). The Government reserves the right to award on an all or none basis. (xvi) The FAR clause 52.203-3, Gratuities (10 U.S.C. 2207), and the clauses at DFARS 52.225- 7036 Alt. I, Buy American Act and Balance of Payment Program; DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; and DFARS 252.232-7003, Electronic Submission of Payment Requests apply to this acquisition. (xvii) FAR 52.215-5, Facsimile Proposals (Oct 1997): Quotes are required to be received no later than 12:00 PM local time, Tuesday, January 9, 2007. Quotes may be faxed to (406) 731-4354 to the attention of Amn Adam Heim. Quotes may also be submitted by email to adam.heim@malmstrom.af.mil or by regular mail to 7015 Goddard Drive Bldg 145, Malmstrom AFB, MT 59402. STATEMENT OF WORK MAINTANENCE FOR VEHICLE BARRIERS MALMSTROM AFB, MT GENERAL The contractor is to provide all supervision, labor, materials and equipment to provide regular monthly periodic inspection and maintenance, annual inspection and maintenance and emergency repair for (10) Delta Scientific Corp., Model DSC501 Phalanx Barrier Systems, on Malmstrom AFB, MT. All maintenance and repair will be conducted in accordance with Delta Scientific Corp. Operations and Maintenance Manual. The barrier systems are located as follows: a) (3) on Goddard Ave at 2nd Ave. North Gate b) (2) on 10th Ave. North at 10th Ave. North Gate c) (3) at Weapons Storage Area (WSA) entrance on Perimeter Rd. d) (2) at Arms, Ammunition and Explosive Convoy Gate (AA&E) on Hiway 87 The regular monthly and annual periodic maintenance will need to be coordinated with Malmstrom AFB Traffic Safety (341 SW/SEG), phone (406) 731-6719 and Installation Security (341 SFS/SFOS), phone (406) 731-4341 for safety, to minimize traffic disruption and maintain installation security while conducting maintenance. The vehicle barrier systems are manufactured by Delta Scientific Corp. 24901 West Stanford, Valencia CA 91355 (www.deltascientific.com) phone (661) 257-1800, FAX (661) 257-0617. EXECUTION Before any work is accomplished on the vehicle barriers systems both 341 SW/SEG and 341 SFS/SFOS must informed and coordinated with to ensure traffic is rerouted as required. Normal or annual maintenance should not take place during times of high traffic flow, on the Goddard Ave. and 10th Ave. North gates: 6:00 am ? 8:00 am, 11:00 am ? 1:00 pm and 3:30 pm ? 5:30 pm, Monday through Friday. The monthly periodic maintenance includes but is not necessarily limited to: a) Every third month replace the hydraulic oil filter and inspect for dirt and contamination. b) Check, log, and recharge, if required, accumulator pressure. c) Check barrier operation for smoothness and speed, adjust as required. d) Test, inspect, adjust and repair, as required, limit switches, indicator lights and safety lights. e) Inspect for leaks and repair, as required, hydraulic lines and fittings. f) Inspect for leaks and repair, as required, leaks on or around hydraulic cylinders and header fittings. g) Inspect, lubricate and repair, as necessary, cylinder clevis pins and bushings. h) Inspect, lubricate and adjust, as required, bearing and bearing blocks. i) Inspect and repair, as required, bearing cover plates and bolts. j) During the winter months inspect and repair, as required, heater elements in the foundation box and hydraulic reservoir tank. k) Verify that all control functions are fully operational including master and slave panels, safety loops and emergency operation. l) Inspect and replenish the hydraulic fluid reservoir, clean inspect and repair as necessary the hydraulic power unit (HPU). m) Restore system to full operation after maintenance. The annual maintenance includes but is not necessarily limited to: a) Normal monthly maintenance. b) Drain, clean and flush the hydraulic fluid reservoir. Refill with new filtered hydraulic fluid. c) Inspect and repair or replace, as necessary, hydraulic cylinders for internal leaks. d) Inspect and repair or replace, as necessary, hydraulic interconnect lines. e) Test and replace, as necessary, motor starter overloads. f) Test and adjust, as required, pressure relief valve. Emergency Service calls are repair calls that are unscheduled and placed due to a sudden malfunctioning of the vehicle barrier system. For emergency service calls the contractor will provide a single Point of Contact (POC) and phone number to initiate response. Once the emergency call has been placed the contractor will have 24 hours to respond and have personnel on MAFB to begin work. UTILITIES All reasonable quantities of utilities will be made available from existing utilities to the contractor without charge. Any temporary connections or lines that may be required will be installed, maintained and removed by the contractor at his expense and in a manner satisfactory to the Contracting Officer. Removal of utility connections or lines will be accomplished at the completion of work. The contractor shall provide any necessary portable power. SAFETY The contractor shall comply with all existing Malmstrom AFB/Air Force Safety Standards and Occupational Safety and Health Act (OSHA) standards at all times in the performance of this contract. Hazards to the safe use of the area due to the contractor?s work and/or equipment shall be suitably marked at all times. The contractor will coordinate with 341 SW/SEG and 341 SFS/SFOS prior to commencing any work. The contractor shall obtain all required permits prior to the start of work. DISPOSAL OF WASTE MATERIAL The contractor will be responsible for the removal and disposal of all waste material, construction debris and trash. All material must be disposed of off Malmstrom AFB. PERFORMACE PERIOD The performance period for this contract is one year. The normal hours of work are 8:00 am to 3:30 pm Monday through Friday excluding weekends and federal holidays. Once the work starts the contractor will be required to continue though completion with minimum delay.
 
Place of Performance
Address: Malmstrom AFB, MT
Zip Code: 59402
Country: UNITED STATES
 
Record
SN01203421-W 20061230/061228220605 (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.