Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

Z -- REPLACE LEAK DETECTION SYSTEM

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street Bldg 449, March ARB, CA, 92518-1650, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F5F3CV7124A100
 
Response Due
6/5/2007
 
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 written solicitation will not be issued. F5F3CV7124A100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16, Effective 22 MAR 2007. This is a 100% small business set-aside NAICS Code 541330 size standard $4.0 million. The contractor shall provide all labor, supervision, transportation, equipment, tools, materials, and other items and services necessary to Remove the existing AZI system and accessories and install Veeder-Roots tank inventory and leak detection system and accessories for three double-walled underground storage tanks, piping, dispensers and sumps in compliance with Chapter 16 Title 23California Code of Regulation. Accessories include and not limited to printer, pc capability, liquid sensors, and remote console with acknowledgement buttons for high level alarms. 0 The proposed replacement system and accessories specs, application and design submittals shall be approved by CUPA and the base operator (AGE), CE QAE, engineering, and environmental prior to procurement. Copy of the permit to install, performance test, CA monitoring system certification, test water disposal documentation if applicable, and operation and maintenance training and materials shall be provided to applicable base personnel. 0 All works, materials, equipments, and personnel shall possess the required Contractor licenses and ICC certificates and conform to all applicable environmental, health, fire, and safety codes and regulations for fueling service gas station. 0 Remove the existing AZI tank monitoring and leak detection system and accessories and replace it with a third-party certified (i.e., California LG113 and its latest amendment listing) and regulatory-approved system at the 452d Aerospace Ground Equipment (AGE). 0 Install Veeder-Roots tank inventory and leak detection system and accessories for three double-walled underground storage tanks, piping, dispensers, and sumps in accordance with Chapter 16 Title 23 California Code of Regulation. The system shall be user-friendly, required none to light maintenance, and technician services and parts readily available and affordable. Accessories include and not limited to printer, pc capability (modem or network card), and remote console with strobe light and acknowledgement button for high level alarm. 0 Submit an equipment package inventory consist of the part number, description, quantity and attached all manufacturer?s specs and literatures for review and approval. The proposed system and accessories specs, application and design submittals shall be approved by the local tank oversight CUPA and the base prior to procurement and installation. 0 Prepare and submit plans (include and not limited to project work plan and health and safety plan) and fees to obtain all required permits from the County of Riverside Department of Environmental Health, and if applicable from South Coast Air Quality District. Prior to beginning the work, the contractor shall indicate to the Government any operations that may inhibit normal traffic flow. The contractor and all workers shall wear proper safety gear while working on or around the base. A pre-quote site visit is scheduled for 31 MAY 2007 at 1000 hours, meet at the Meyer Street Gate pass & id office. Contractors are encouraged to attend. The government will consider price, technical ability and past performance in its evaluation of quotes. Offeror will provide a minimum listing of 3 jobs of similar size and scope completed along with contact references to verify performance. FAR 52.212-3 (Nov 2006) Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors need to include a completed copy of the provision at FAR 52.212-3 (Nov 2006) Offeror Representations and Certifications-Commercial Items or offeror can submit Online Representations and Certifications. This application is an e-Government initiative that has been developed to replace most of the paper based Representations and Certifications (Reps and Certs) process, known as Section K, by creating an Internet application that allows user access 24/7. ORCA is an on-line system that is located on the Internet. The ORCA site can be found by going to http://www.bpn.gov and clicking on Online Reps and Certs Application. FAR 52.212-5 (MAR 2007), Contract Terms and Conditions required to implement statutes or executive orders-commercial items, applies to this acquisition. FAR.212-1 Instructions to Offerors-Commercial Items (SEP 2006); FAR52.212-2 Evaluation ?Commercial Items (Jan 1999); FAR 212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defence Acquisitions of Commercial Items. Applicable Wage Rates Wage Determination 2005-2053 Revision #3 dated 11/29/2006 is applicable. 23160 - Electrician, Maintenance, $25.54. Facsimile quotes will be accepted at (951) 655-3772. All responsible sources may submit a quote, which may be considered. Effective 1 June 1998, all contractors are required to be registered in the Central Contractor Registration (CCR) at https://www.ccr.gov. The Department of Defense requires payment requests be made by electronic submission in accordance with Department of Defense Federal Acquisition Regulation, DFARS Clause 252.232-7003 (MAR 2007) Electronic Submission of Payment Request. Point of contact is Jay M. Hershkowitz at (951) 655-3724 or e-mail at jay.hershkowitz@march.af.mil.
 
Place of Performance
Address: MARCH ARB CA
Zip Code: 92518
Country: UNITED STATES
 
Record
SN01303496-W 20070527/070525221214 (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.