Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

Z -- Airfield Maintenance Services

Notice Date
5/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FA5613-08-T-0018
 
Point of Contact
Gabriele A Binder,, Phone: (49) 631 5367635, Uschi B Hoermann,, Phone: (49) 631 536 8326
 
E-Mail Address
gabriele.binder@ramstein.af.mil, uschi.hoermann@ramstein.af.mil
 
Small Business Set-Aside
N/A
 
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 is: FA5613-08-T-0018 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 Apr 2008. Contract Line Item Number (CLIN) 0001 Rubber Removal at Ramstein Air Base (AB), Germany in accordance with (IAW) the Performance Work Statement (PWS) herein. 1 Lump Sum Total Amount: EURO ____________ DESCRIPTION OF REQUIREMENT/PWS SECTION I, DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1 Introduction/Overview. 1.1.1 This contract requires airfield maintenance services consisting of rubber removal at Ramstein AB, Germany. 1.1.2 The contractor shall provide all personnel, labor, materials, tools, supervision, and other items/services necessary, except as stated in Section III, Government-Furnished Property and Services, to perform airfield maintenance services in accordance with (IAW) the specifications herein. 1.2 Requirement. The runway and taxiway consists of both concrete and asphalt areas. The concrete has normal bituminous joint seals; the asphalt areas consist of both normal 0/11-asphalt mix and porous friction mix areas. The contractor shall perform rubber removal services from concrete first and then from the asphalt. 1.2.1 RUBBER REMOVAL. The estimated area of the runway to be serviced is approximately 70,000 square meters (sqm). Performance shall be accomplished with equipment having a water pressure capacity to clean an average of at least 1,000 sqm of surface per hour. The equipment shall be able to generate at least a constant 900 bar of pressure, water flow of 180 liters per minute and clean a minimum surface width of 1.65 meters in one run. The equipment shall have an adequate lighting system for day or night-time operations. If the equipment is diesel operated, the government will provide fuel, otherwise the contractor shall be responsible for fueling. The contractor shall be liable for any damages to surfaces/joints caused by the removal process. The contractor shall completely remove absorbed water and rubber residue from the runway surface, store it in watertight containers, and then transfer it separately into government furnished containers placed along the side of the runway. Removal services shall be done without the use of chemical agents, sandblasting, or road sweeping machines. 1.2.2 TRANSPORTATION/MOBILIZATION. The contractor shall provide transportation of all personnel/equipment to the designated work site within 7 calendar days after receipt of award. 1.2.3 EMERGENCY EXIT. Upon notification from the 86 Construction & Training Squadron (CTS) representative or Airfield Operations Manager (AOM), the contractor shall exit the runway with all equipment/personnel within 5 minutes or less. The government representative will direct the contractor to a designated location and notify the contractor when it is safe to proceed back onto the runway. 1.2.4 PERFORMANCE PERIOD. The contractor shall start work within 7 calendar days after receipt of award, and depending on uninterrupted access to the work area, shall be completed with all work within 7 calendar days of starting on-site work. 1.3 Government Personnel. All work shall be accomplished IAW this PWS by qualified and experienced personnel. At least one on-site contractor supervisor shall be proficient in reading, writing, understanding and speaking English at a level necessary to fully perform all required services. 1.4 Special Requirements. 1.4.1 In some cases, a government team will be working on or around the runway. In order to prevent interferences with the government work, the contractor shall coordinate all services with the government representative. 1.4.2 The contractor will be informed at the earliest reasonable time prior of any possible re-scheduling or cancellation (cancellation may be necessary due to the nature of the mission). The contractor shall assume risk of minor delays up to 2 hours per day at no additional cost to the government. The nature of the mission and location may warrant flexible performance times. If a delay exceeds 2 hours per day, the contractor may submit a request for equitable adjustment to the CO. 1.4.3 Visa. The contractor shall process any specific country requirements as applicable. 1.4.4 Passports. The contractor shall provide a copy of the passports of all workers who need access to a military base to 86 CTS within 3 working days after contract award. 86 CTS will cut travel orders as necessary at that point. Access to the base will be coordinated with/by 86 CTS. 1.4.5 Contractor personnel shall carry proper identification at all times and be easily recognizable as contractor employees by wearing badges that contain the company's name and contact information, contract number and employee's name. SECTION II, SERVICES SUMMARY 2.1 Government Inspection. Inspection and acceptance of services will be scheduled by 86 CTS Quality Assurance Personnel (QAP) and performed by the QAP or AOM. The overall project management is to be handled by 86 CTS, who is responsible for on-site coordination with Base Operations, Civil Engineering and the contractor. Representatives from 86 CTS will be responsible for inspection/acceptance of work, however, they can NOT obligate the government in terms of changes to contract terms and conditions or monetary changes to the contract. This is the sole authority/responsibility of the Contracting Officer. 2.2 Services Summary. Performance Objective: Rubber Removal Paragraph Reference: 1.2.1 Performance Threshold: 95% of the estimated quantities. Performance Objective: Transportation/Mobilization Paragraph Reference: 1.2.2 Performance Threshold: 100%. Performance Objective: Emergency Exit Paragraph Reference: 1.2.3 Performance Threshold: 100%. 2.3 Remedies in case of performance below standard. All services shall be re-performed until the standard is met, without any additional cost to the government. Liquidated damages may be assessed IAW FAR clause 52.211-11 at the rates specified therein. SECTION III, GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1 The Government will provide the following property: 3.1.1 Watertight and grease-free containers as needed for water/rubber residue. 3.1.2 Water via a fire hydrant or water truck, located next to the runway. 3.1.3 Access to a secure area for overnight equipment storage during performance period. 3.1.4 Sweeper equipment and disposal location for daily post-work clean up. 3.1.5 Diesel fuel as applicable for contractor provided equipment. 3.2 The contractor shall be responsible for all lodging, all meals, and all transportation for personnel/equipment to and from the work site. 3.3 Government Points of Contact (POCs). 3.3.1 Quality Assurance Personnel (QAP) Mr. Wolfgang Tynek and/or Mr. Manfred Kolling Email: Wolfgang.Tynek@ramstein.af.mil Email: Manfred.Kolling@ramstein.af.mil Telephone (commercial): +49(0)6371-47-2188 or +49(0)6371-47-7340 Telephone (military): DSN (314) 480-2188 or 7340 3.3.2 Airfield Operations Manager (AOM) on site. TSgt Matthew Ludwig, 86 OSS/OSAM Email: matthew.ludwig@ramsteinaf.mil Telephone (commercial): +49(0)6371-47-2073 Telephone (military): DSN (314) 480-2073 3.3.3 Contracting Officer (CO). Identified on page 1 of the Purchase Order (PO). 3.3.4 Contract Specialist. Ms. Gabriele Binder Email: Gabriele.Binder@ramstein.af.mil Telephone (commercial): +49(0)631-536-7635 Telephone (military): DSN (314) 489-6805 THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY: 52.202-1, Definitions. 52.211-11, Liquidated Damages--Supplies, Services, or Research and Development: Paragraph (a) is completed as follows: If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of 2% of the total price per calendar day of delay. 52.212-1, Instructions to Offerors--Commercial Items with Addendum reference 52.212-1(b)(10) Past Performance Information: Offerors shall submit documentation to show satisfactory completion of at least two contracts within the last three years for work of similar scope and magnitude, demonstrating their ability to perform the proposed effort, including current and correct telephone numbers, FAX number, and email addresses of Government Point of Contacts (POCs). Submission of documentation is not required for offerors who have been awarded at least two contracts of similar scope and magnitude by 700 CONS within the specified period. 52.212-2, Evaluation--Commercial Items: The government will award a single commercial Firm Fixed-Price contract to the responsible offeror whose proposal conforming to the solicitation is lowest price, technically acceptable with satisfactory Past Performance. The requirement of 52.212-1(b)(10), Past Performance Information must be met. Proposals will only be accepted in Euro currency. A proposal is technically acceptable if the offeror provides (i) pictures and specifications of proposed equipment to be used at the jobsite, meeting the terms and conditions of the PWS, and (ii) the description of the technical approach for completing all work conforms to the PWS. 52.212-3 and 252.212-7000, Offeror Representations and Certifications--Commercial Items: Proposals must include a completed copy of the FAR provisions (52.212-3 and 252.212-7000) with applicable fill-in data. 52.212-4, Contract Terms and Conditions--Commercial Item, excluding paragraph (k), Taxes. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items with clauses 52.203-6 with Alternate I, 52.225-3 and 52.232-34 marked. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with clauses 52.203-3, 252.232-7003, 252.243-7002 and 252.247-7024 marked. 52.228-3, Worker's Compensation Insurance (Defense Base Act). 52.229-6, Taxes--Foreign Fixed-Price Contracts. 52.233-2, Service of Protest: Fill-in paragraph (a): 700 Contracting Squadron, Am Opelkreisel, Rhine Ordnance Barracks, Building 164, D-67663 Kaiserslautern, Germany. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.245-1, Government Property. 52.245-9, Uses and Charges. 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 52.252-2, Clauses Incorporated by Reference: The full text of a clause may be accessed electronically at http://farsite.hill.af.mil. 252.209-7001, Disclosure of Ownership or Control By The Government of a Terrorist Country. 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.222-7002, Compliance With Local Labor Laws (Overseas). 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. 252.225-7041, Correspondence in English. 252.225-7042, Authorization to Perform. 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States: Paragraph (d) is completed as follows: Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA, Telephone DSN 945-7035/36, Commercial (210) 925-7035/36. 252.229-7000, Invoices Exclusive of Taxes and Duties. 252.229-7001, Tax Relief: The offeror shall include which taxes or duties have been excluded from the contract price including the country. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010, Levies on Contract Payments. 252.233-7001, Choice of Law (Overseas). 5352.201-9101, Ombudsman - Paragraph (c) is completed as follows: The MAJCOM ombudsmen are: Primary: Col Paul Horst, Tel. (commercial) 49-6371-47-5910, email: paul.horst@ramstein.af.mil, Alternate: Mr. Dave Jones, Tel. (commercial) 49-6371-47-2209, email: Dave.Jones@ramstein.af.mil. 5352.223-9001, Health and Safety on Government Installations. 5352.242-9000, Contractor Access to Air Force Installations. Proposals shall be submitted electronically by email or FAX no later than 15 May 08, 16:00 hours local time to one of the following email addresses: Gabriele.Binder@ramstein.af.mil or Uschi.Hoermann@ramstein.af.mil or FAX Number 049-631-536-8410. Late submission will be handled in accordance with provision 52.212-1(f). Contact Ms. Gabriele Binder, telephone +49-631-536-7635 or 8326 for information regarding this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbff94c6846cf3832cc0fee39f9e1ccc&tab=core&_cview=1)
 
Place of Performance
Address: Ramstein Air Base, Ramstein, Non-U.S., D-67663, Germany
 
Record
SN01568759-W 20080509/080507220820-bbff94c6846cf3832cc0fee39f9e1ccc (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.