Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
MODIFICATION

38 -- Wire Rope Hoist

Notice Date
2/7/2008
 
Notice Type
Modification
 
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, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522, UNITED STATES
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-08-Q0196
 
Response Due
2/15/2008
 
Point of Contact
David Harrison, Contract Specialist, Phone 520-228-5405, Fax 520-228-5462, - Cynthia Darnell, Contracting Officer, Phone 520-228-2377, Fax null
 
E-Mail Address
david.harrison@dm.af.mil, cynthia.darnell@dm.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. (ii) Solicitation FA4877-08-Q0196 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 (iv) This procurement is being issued as a 100% SMALL BUSINESS set-aside under NAICS code 811310 and small business size standard $6.5 million (v) CLIN 1: Furnish and install six (6) each Wire Rope Hoist. Global King, or equal. Quotation shall include all applicable taxes, fees, delivery charges, labor to install and equipment rental. (vi) Delivery to be FOB Destination, Davis-Monthan AFB, Tucson AZ, within 30 days ARO. (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (viii) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price. (ix) Offerors must include a completed copy of the provision at 52.204-8 Annual Representations and Certifications and submit with its offer. (x) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.247-34--F.O.B. Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 252.232-7003, Electronic Submission of Payment Requests and 5352.201-9101-AF Ombudsman clause, ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: ray.carpenter@langley.af.mil., Clause DM001- If applicable, the Arizona/City Business Use Fee has been included in the unit price. (xii) Offers are due no later than 15 February, 2008 at 3:00 pm MST at 355th Contracting Squadron, 3180 S Craycroft Rd, Davis-Monthan AFB AZ 85707-3522. Electronic quotes may be submitted to david.harrison@dm.af.mil. Fax quotations will be accepted at (520) 228-5462. In quotations, please include discount terms, delivery time and any other pertinent information. (xiii) For other information please contact: David Harrison at (520) 228-5405. Prepare proposal in accordance with following Statement of Work: GENERAL INFORMATION 1.0. SCOPE OF WORK. The contractor shall furnish all plant, labor, parts, materials, equipment and transportation needed to comply with the requirements of this Statement of Work (SOW). Remove six hoists, electrical festoon wiring and pendant controls and replace with the following: - Six each three (3) ton hoist units with 460V, 3-phase motor driven trolley with 115V pendant controls, 25?0? of lift, hoist speed 20/5 fpm and trolley speed 55/18 fpm - Install a conductor bar main feed system and festoon wiring on all six bridge hoist systems All units shall have their rated capacity, month and year of last load test documented and posted per applicable standards. All stenciling on bridge structures shall be updated for rated capacity. Stencil bridge with maximum load rating of 6,000 pounds 3-tons The contractor shall comply with all industry standards and regulations and all Federal, State, and Local regulations including the following: - ANSI/ASME STANDARDS B30.11, B30.16, OSHA 1910.179 and AFOSH 91-46 PERFORMANCE OBJECTIVES 1.1 PERFORMANCE OBJECTIVE Removal and replacement of hoists, electrical feed lines and associated hoisting equipment on six bridge hoist systems. 1.2 WORK SCHEDULING AND MANAGEMENT The contractor is responsible for scheduling all work associated with this contract. All work under this contract shall be performed between the hours of 6:30 AM through 5:00 PM, Monday through Friday, excluding all national holidays. Any work performed outside these hours must be coordinated with the user at no additional cost to the Government and prior to any scheduling. Due to the potential work stoppage the Contractor must schedule/coordinate all work with the Maintenance Shelter users before any work is started 2.0 MAINTENANCE DELIVERY SUMMARY The Contractor?s achievement of performance objectives described in this SOW shall conform to the performance thresholds. 3. 0 NO GOVERNMENT-FURNISHED FACILITIES, EQUIPMENT, PROPERTY OR MATERIALS WILL BE PROVIDED 3.1. GOVERNMENT-FURNISHED SERVICES. 3.1.1. Government-Furnished Utilities. The government will furnish a reasonable amount of utilities from an existing source. These utilities are to be used only in connection with the performance of this contract. 3.1.2. Security Police and Fire Protection. The government will provide security, police, and fire protection services to the extent necessary to ensure a secure and safe installation. In return for these services the contractor shall adhere to all security and fire directives, instructions, and policies on Davis-Monthan AFB. Security Police telephone number is 228-4444, and Fire Department telephone number is 228-3333. NO EMERGENCY MEDICAL SERVICES ARE PROVIDED, USE TELEPHONE EMERGENCY NUMBER 911. The Contractor shall post and maintain these telephone numbers making them in easy access of employees during the life of the contract. GENERAL INFORMATION 4.0 Contractor Personnel 4.1 Employees shall present a neat appearance and be easily recognized as contractor employees through the use of company uniforms or company nametags. All contractor employees must have in their possession at all times: Company ID badges and Government Base access passes issued to them. 4.1.2. The contractor shall ensure employees have a current and valid driver?s license and insurance before allowing the employee to operate a contractor-owned or privately owned vehicle on Davis-Monthan AFB. The contractor shall provide proof of employee equipment training and welding certification for all employees as required. 5.0 SECURITY REQUIREMENTS. Access to the 309th Aerospace Maintenance and Regeneration Group (AMARG) area: This project includes work located in the AMARG area. Strict security and personnel access control is maintained. Contractor personnel must obtain passes from AMARGs Security section to enter. Contractor personnel requiring access to this area must submit a list of names with the person?s full name and company name. This access pass must be worn on the outside of the individual?s clothing at all times when in AMARG facilities. 6.0 QUALITY CONTROL. 6.1 REPORTS. The contractor shall provide two copies of manufactures documentation. 6.2 QUALITY ASSURANCE. Inspection by the government will be accomplished by the user, Safety and CE representative. 6.3 PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property. At the end of each work period, all government facilities, equipment, and materials shall be secured. 7.0 HOURS OF OPERATION. 7.1 Normal Hours of Operation on DMAFB. The contractor shall perform the services required under this contract during the following hours: 6:30 AM through 5:00 PM, Monday through Friday. 7.2 Holidays. The contractor is not required to perform routine maintenance and repair services on Government holidays. 8.0 SAFETY. The Contractor shall be responsible for complying and instructing employees in all appropriate safety measures as specified in Occupational Safety and Health Act (OSHA) Standards. 8.1 WORK CLEARANCE AND WELDING REQUEST. Welding: Welding permits are required anytime welding accomplished outside of an approved welding shop. Permits are issued by a fire inspector at the Base Fire Prevention Office, bldg. #4300 or at the job site. Normal duty hours are Mon-Fri, 6:30 AM-3:00 PM. Telephone numbers of the fire prevention office are 228-4333, 6025 or 6027. For other than normal duty hours, the welding permits may be issued by the ?on duty assistant chief of operations?, bldg. #4821, Fire Station #1, phone number 228-4757. Permits may be issued for a maximum of 30 days at a time. After completion of the welding operation, the permits must be turned into the Base Fire Prevention Office. If welding, cutting, or brazing operations are required inside any confined space areas*, the permit will require approval and signatures from the Base Fire Prevention Office, Wing Safety, and the Bioenvironmental Engineering Office. It is the responsibility of the Contractor to comply with these requirements. 9.0 WARRANTY: The contractor shall warrant all products and services included in this contract for a period of one (1) year from date of accepted service. 10.0 DAMAGE TO GOVERNMENT PROPERTY FROM CAUSES OTHER THAN CONTRACTORS NEGLIGENCE: Nothing in the above paragraphs shall be considered to preclude the government from receiving the benefits of any insurances the contractor may carry which provides for indemnification for any loss of, destruction of or damage to property in the custody and care of the contractor, where such loss destruction of or damage is to the Government property. The contractor shall do nothing to prejudice the Governments right to recover against third parties for any loss of, destruction of or damage to government property, and upon the request of the Contracting Officer, shall at the government expense, furnish to the Government reasonable assistance and corporation (in the prosecution of suite and the execution of instruments of assistance in favor of the government in obtaining recovery). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2008); 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/355CONS/FA4877-08-Q0196/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB , AZ
Zip Code: 85707
Country: UNITED STATES
 
Record
SN01503786-F 20080209/080207235625 (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.