Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

J -- Maintenance Program for Hydraulic Security Barricades

Notice Date
8/29/2007
 
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 Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F4E3ZA7227AQ01
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION?S FY08 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY08 APPROPRIATION?S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU FEB 1, 2008. 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. This solicitation is issued as a Request for Quotation (RFQ). This is a 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 811310. The Small Business Size Standard is $6.5M. STATEMENT OF WORK FOR MAINTENANCE OF PHALANX TYPE BARRICADE SYSTEM MODEL DSC501 manufactured by Delta Scientific. DESCRIPTION OF SERVICES. The contractor shall provide all labor, tools, equipment, materials, supervision, transportation, and all other necessary items and services necessary to provide a maintainenance program for eight (8) each security barriers located at Whiteman AFB, MO. Work shall comply with the monthly and annual periodic maintenance schedules per the manufacturer?s Operations and Maintenance Manual. The Operation and Maintenance Manual is available through the manufacturer, Delta Scientific and the contractor shall contact Delta Scientific directly to acquire a copy of the manual at the contractor?s expense. Delta Scientific can be reached at the following internet website: www.deltascientific.com SPECIFICATIONS AND DESCRIPTION OF WORK. 1. Contractor shall schedule with 509 CES/CEOE offices ten (10) days before arriving to perform scheduled maintenance. The point of contact (POC) is Brian Munley, 660-687-3204. 2. This maintenance program includes monthly checks and adjustment and yearly scheduled maintenance per the manufacturer?s instructions. All parts and fluids shall be obtained by the contractor prior to arriving for maintenance. Part numbers and fluid types shall be in accordance with the manufacturer?s directions. No substitutes shall be allowed. Maintenance for these units shall be performed during the first week of each month. 3. Contractor shall notify POC, or designee, if there is any repairs required above and beyond this agreement. Most payments for service above and beyond will be paid for utilizing the government purchase card (VISA credit card). Any maintenance or repair conducted without the prior consent of the POC shall be paid for by the contractor. 4. Emergency call services shall be provided by the contractor. If an emergency service for these units are required, either the POC or designees in writing, shall place the call to the contractor. Emergency service for the units shall be answered in person by a maintenance technician and is required to respond within 24 hours of receiving the call. These calls shall be billed separately from this agreement for parts and labor only. These calls shall be billed to 509 CES/CEOE, 660 10th St. Suite 139, Whiteman AFB, MO 65305. 5. The contractor shall comply with the following list of federal regulations pertaining to liquid wastes: Resource Conservation and Recovery Act (as amended by the Hazardous and Solid Waste amendments of 1984), subtitle C, Hazardous Waste Management. Oil Pollution Act of 1990, Section 1001. The Clean Water Act, Title 3, Standards and Enforcement, and Title 4, Permits and Licenses. Title 40 CFR 260-282, Hazardous Waste Title 40 CFR Parts 104-149 Water Programs. Title 40 CFR Part 110, Discharge of Oil. Title 40 CFR Part 112, Oil Pollution Prevention. Title 40 CFR Part 401-471, Effluent Guidelines and Standards. Title 40 CFR Subpart F, Releases from Solid Waste Management Units. Title 29 CFR 1910.1200, Hazard Communication Title 29 CFR 1910.147, Lockout/Tag out Title 29 CFR 1910.146, Confined Space Title 29 CFR 1910.120, Hazardous Waste Operations and Emergency Response. 6. SAFETY AND HEALTH STANDARDS. The contractor shall initiate and maintain programs to comply with the provisions of the Occupational Safety and Health Standards Act concerning entry requirements in confined spaces and handling potential hazardous substances in accordance with OSHA standards set forth in Title 29 of the Code of Federal Regulations (OSHA regulations can be found in parts 1904, 1910 and 1926). 7. GOVERNMENT REMEDIES. The government may exercise its rights under FAR 52.212-4, Contract Terms and Conditions for Commercial Items, for contractor failure to correct nonconforming services. 8. HOURS OF OPERATION. All work shall be performed between the hours of 7:30 a.m. to 4:30 p.m. CST, Monday thru Friday, except for emergency services and excluding federal holidays and downdays. 9. WORK SCHEDULE. The contractor shall submit its planned work schedule to the POC or his authorized representative not later than 15 days prior to the scheduled service. This schedule must specify the date and day of the week that the services are to be performed. The schedule is subject to approval by the POC. Should circumstances prevent the contractor from performing in accordance with the approved schedule, the contractor shall immediately notify the POC or designee for rescheduling. The contractor is advised that events such as exercises or other activities may require the contractor to change its schedule. Although the government will make reasonable efforts to provide advance notice, in some circumstances, adequate notice may not occur. Such schedule changes shall not be grounds for a claim against the government. 10. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER All services specified in this contract shall be required in the event of a declared crisis that is implemented by the Air Force. The government will notify the contractor if and when this occurs. 11. BID SCHEDULE Note: Offerors are to annotate pricing on company letterhead for a base year and four (4) one (1) year option periods for evaluation. CLIN 0001 BASIC PERIOD: 1 OCT 2007 THRU 30 SEP 2008. CLIN 1001 OPTION YEAR 1: 1 OCT 2008 THRU 30 SEP 2009. CLIN 2001 OPTION YEAR 2: 1 OCT 2009 THRU 30 SEP 2010. CLIN 3001 OPTION YEAR 3: 1 OCT 2010 THRU 2011. CLIN 4001 OPTION YEAR 4: 1 OCT 2011 THRU 30 SEP 2012 GRAND TOTAL OF ALL YRS: $ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(14-20), (b)(24)(i)(ii), (b)(26), (b)(31), and (e); FAR 52.217-5, Evaluation of Options; FAR 52.217-8 Option to Extend Services, fill-in 30 days; FAR 52.217-9 Option to Extend the Term of the Contract fill in (a) 30 days, 60 days (c) 5 Years,; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.222-41, Service Contract Act of 1965; FAR 52.232-18, Availability of Funds; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 252.204-7004, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Wage Determination No. 2005-2307 Revision #4 applies to this services contract, to view - http://www.wdol.gov/sca.aspx . Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: carl.see@whiteman.af.mil or by FAX to (660) 687-5462 to the attention of Carl See. NOTE: Quotations must be received by 13 Sep 2007 by 4:00 PM CST; late responses shall deem the contractor non-responsive and will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Vendor shall accept the Government Purchase Card Visa credit card as a method of payment. The primary consideration in evaluation of quotes received is the overall cost.
 
Place of Performance
Address: Whiteman AFB, MO
Zip Code: 65305
Country: UNITED STATES
 
Record
SN01389066-W 20070831/070829221044 (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.