Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

29 -- Pool Pump and Filter Renovation

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3Z3458046A002
 
Response Due
4/9/2008
 
Archive Date
4/24/2008
 
Point of Contact
Joseph Hoh, Contract Specialist, Phone 707-424-7773, Fax 707-424-2712, - Josephine Cobb, Team Lead/Contracting Officer, Phone (707) 424-7720, Fax (707) 424-2712
 
E-Mail Address
joseph.hoh@travis.af.mil, josephine.cobb@travis.af.mil
 
Description
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. The solicitation number is F3Z3458046A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense DCN 20080303. This acquisition will be 100% small business set-aside; the North American Industry Classification System (NAICS) code is 333911. The business size standard is 500 employees. The Federal Supply Class (FSC) is 2940. The Standard Industrial Classification (SIC) is 3561. This request for quotation consists of the following Pool Pump and Filter Renovation in accordance with (IAW) the following Scope of Work: 1. GENERAL DESCRIPTION: 1.1 The contractor shall provide all design, labor, materials, programming and supervision to renovate the pool pump and filters and associated equipment in building 231. All work shall comply with base standards, governing codes, applicable regulations, industrial standards, and manufacturer specifications. Ktr. shall verify field conditions, dimensions, and material quantities. Contractor shall have approved drawings, and submittals for all materials prior to any new work or installation of equipment, including accessory items to be reviewed by the Utilities Shop and the Civil Engineer. All work must comply with environmental laws and regulations. 1.2 This project is to replace the existing pool filters, pumps, disinfection equipment, control equipment, valves and all associated piping. Connections for future solar heating equipment shall be installed in the heat lines from the existing heating unit. 1.3 Final acceptance shall be an inspection and testing by the contracting agency, appointed QA and any other required agencies. 2. WORK: 2.1 Replace existing pump and motor with energy efficient units with the ability to turn the pool water over at least 4 times/24 hours. Ktr shall ensure size of pool to determine required equipment sizing. 2.2 Remove and replace sand filters, strainers, valves, gauges, flow meters, associated equipment, and piping. All pipe and fittings shall be Schedule 80 PVC. Piping will have to be reconnected to existing heating unit and connections provided for future solar heating equipment. One additional strainer basket to be included. 2.3 Remove and replace chlorination equipment with tablet type equipment to include all injection pumps, controls and monitoring equipment. All equipment must be compatible with each other. Project to include one chemical mixing barrel, mixing motor, paddle and valve tied into the water return line to pool, to assist in the addition of water balance chemicals. 2.4 Ktr shall provide any and all programming necessary to complete the work. Ktr shall provide training to Utility Shop personnel on all new equipment installed. 2.5 At completion of project, Ktr shall be responsible for removal and disposal of all old materials. 3. O & M MANUALS: 3.1 Ktr shall supply 4 sets of O&M manuals to the government at final acceptance typical of pool equipment replacement and upgrades to include any software upgrades. This project must be completed by Memorial Day Weekend (24-26 May, 2008). A site visit will be conducted at 1:00pm on 4 April, 2008, at Bldg. 231, Travis AFB, CA, 94533. Please contact SrA Joseph Hoh ((707) 424-7773, joseph.hoh@travis.af.mil) to be included in the site visit. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Price, 2: Technical acceptability of the item offered (ability to meet the requirements set forth in paragraph 2 (Work) of the scope of work), 3: Ability to complete the project by 24 May, 2008. Technical acceptability and ability to complete by the required date, when combined, are approximately equal to cost or price. FAR 52.212-3 Alt I Offeror Representations and Certifications ? Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.209-6 Protecting the Government?s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by EFT ? CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.237-1 Site Visit. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payment Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 p.m. PST on 09 April 2008. The point of contact for this solicitation is Joseph Hoh, SrA, Contract Specialist, (707) 424-7773, joseph.hoh@travis.af.mil. Alternate POC is Josephine Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01542142-W 20080328/080326224425 (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.