Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
MODIFICATION

99 -- Concrete Breaking Services

Notice Date
3/7/2007
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
88330-7908
 
Solicitation Number
Reference-Number-RH19MAR2007
 
Response Due
3/10/2007
 
Archive Date
3/25/2007
 
Point of Contact
Robert Ruston, Contract Specialist, Phone 505-572-3576, Fax 505-572-3869, - Michelle Palmer, Contracting Officer, Phone 505-572-2110, Fax 505-572-7333,
 
E-Mail Address
robert.ruston@holloman.af.mil, Michelle.Palmer@Holloman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is RH19MAR2007 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. 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 19 March 2007 to 30 March 2007. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-15. This acquisition is to be 100% set aside and awarded to Small Business. The North American Industry Classification System (NAICS) code is 237310. The Small Business size standard for this code is 31 Million. PROJECT DESCRIPTION: CLIN 0001: The contractor shall break concrete for Holloman AFB in accordance with the attached statement of work. Quantity 18,333 Sq Yds (150ft x 1100ft section) /16 inch deep. The concrete shall be broken down to no large than 24inch x 24inch pieces or smaller. All items shall be delivered FOB DESTINATION to Holloman AFB, NM 88330. 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 OFFEROR; 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 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005); FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (SEP 2005); FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); FAR 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (NOV 2003); HAFB 008 - HOLLOMAN AFB ACCESS; HAFB 009 ? WIDE AREA WORKFLOW STATEMENT (FEB 2005); FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2006)(Deviation), FAR 52.232-18 Availability of Funds (Apr 1984)52.219-6, Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), 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 INCORPORATED 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), 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. HAFB 010 - SITE VISIT (DEC 2005) (a) In accordance with FAR 52.237-1, which is included by reference, states: "Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award." (b) Submit the names of all attendees (not to exceed 2 per firm) to 49 CONS/LGCA, fax number 505-572-3869, ATTN: SSgt Robert Ruston. Offerors/Bidders are requested to submit names of attendees no later than 5 March 2007 at 1200MST. (c) Additional instructions: n/a (d) NOTE: Site Visit Scheduled for: 6 March 2007/0900MST All attendees will meet at the Holloman AFB information center no later than 0830 to allow time to obtain passes. The contract administrator and QAP will arrange for attendees to get passes and will be escorted to areas of concern. Please have a current drivers license, registration, insurance, and plenty of gas in your vehicle as some areas are very remote. END OF STATEMENT FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: Michelle M. Palmer. The point of contact for this solicitation is Robert Ruston, SSgt, USAF 505-572-3576, FAX: 505-572-3869, e-mail robert.ruston@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 following questions were asked during the site visit on 6 March 2007. 1. Is the existing Concrete reinforced? A: No. 2. Will all broken materials stay on base? A: Yes. Base personnel will be responsible for removal of broken concrete and disposal. 3. Does the contractor need to stock pile the concrete once broken? A: No. The government will dig and remove the concrete from the site, contractor shall leave the broken concrete in place. 3. What is the preferred size of broken pieces of concrete? A: 24 inches x 24 inches or smaller. 4. Will saw cuts of the site be accomplished prior to 19 March 2007? A: Yes. 5. What is the time line for work? A: Normal duty hours from 0730 to 1630 daily. Monday - Friday 6. Will this work be bonded? A: No. This will be a service under service contract act and bonds will not be required. 7. Will contractor require representation? A: Yes. Contractor shall be required to have a registration in Central Contractor Registration. Also Reps and Certs can be accomplished through ORCA at https://orca.bpn.gov/login.aspx. 8. Will award be the lowest bid made? A: Yes. As long as the contractor is determined to be responsible and responsive, can meet the minimal needs of the government, be CCR registered, and is a small business. 9. Do we need to include New Mexico Gross Receipts Taxes in our proposal? A. All prices must include New Mexico Gross Receipts Tax. 10. Can we place our bid on a SF 18? A. Yes 11. Are there utilities under the ramp and if so who will mark them? A. Any utilities will be marked by the government prior to start of work. All work shall be accomplished IAW the Contract/Statement of Work. Please route additional questions through SSgt Robert Ruston at: Phone (505) 572-3576 Fax (505) 572-3869, Robert.ruston@holloman.af.mil no later than 8 March 2007 at 1600 MST. The response date/time remains unchanged. STATEMENT OF WORK Demolish Concrete for Removal West Ramp, Canyon, Area Holloman AFB, NM The contractor shall demolish the existing concrete slabs shown on the attachment using a guillotine style concrete breaker or something similar. The concrete shall be demolished to a size that facilitates ease of removal to the rubble yard (contractor will NOT have to remove the concrete, just break it up). The project area is approximately 150 ft by 1100ft for a total of 18,333 SY of unreinforced airfield concrete to be demolished. The concrete is on average, 16inches thick. The contractor shall complete the demolition no later than 31 Mar 07. Deliverables include: 1. The contractor is responsible for ensuring measurements are accurate for their proposal. A site is schedule please see solicitation. 2. Complete demolition of the 18,333 SY unreinforced concrete section noted on the attachment by 31 Mar 07. Current West Ramp Layout showing area to be demolished upon request. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/49CONS/Reference-Number-RH19MAR2007/listing.html)
 
Place of Performance
Address: West Ramp Holloman AFB, NM
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01246240-F 20070309/070307224127 (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.