Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

S -- Apply Coating to Containment Facility

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-08-Q-0027
 
Point of Contact
Dawn H. Ochsner,, Phone: 6606875396, Carl See,, Phone: 660-687-5425
 
E-Mail Address
dawn.ochsner@whiteman.af.mil, 509cons.sollgca@whiteman.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. Solicitation number FA4625-08-Q-0027 is issued as a request for quotation to apply a sealant coating to the inner surface of two secondary containment structures at Whiteman AFB, MO. The acquisition performance period is 45 days from contract award date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 238320 with the corresponding small business size standard of $13 million. This acquisition will be unrestricted with a hub-zone preference in accordance with the Small Business Competititiveness Program FAR 19.10. General Wage Decision # 05-2307 Revision 7 dated 6/17/2008 applies to this acquisition and can be found at http://www.wdol.gov/. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. STATEMENT OF WORK Apply Coating to Secondary Containment Facility 141 WHITEMAN AIR FORCE BASE, MISSOURI GENERAL REQUIREMENT: The contractor shall provide all labor, equipment and materials to clean, prepare, and apply a sealant coating on the inner surface of two secondary containment structures. The structures (141-2 and 141-3) are located at Facility 141, Central Heat Plant, at Whiteman Air Force Base. REQUIREMENTS: The scope of this project is for the contractor to clean, prepare, and apply an impermeable sealant coating on the inner surface of two secondary containment structures. The coating will be applied four feet up the side of the walls, over the entire floor surfaces, and minimum four inches up the outside wall of the fuel storage tanks to ensure an impermeable surface. The total estimated area of coverage is 5,561 square feet per the attached sketch and calculation. Upon compleation of the work, the contractor shall clean up the work area and remove all excess materials. ADDITIONAL REQUIREMENTS: The coating shall have performance characteristics equal to Rhino Hi-Chem, and shall be specifically recommended for application to petroleum secondary contaiment structures. The coating shall be resistant to petroleum products, especially #2 fuel oil. The coating shall be impermeable to ensure the integrety of the fuel containment system. The coating shall be spray-on and create a monolithic, seamless lining which conforms to the shape and size of the application area. The coating shall be capable of filling and sealing existing small cracks on the containment structure. The coating shall have sufficient elastic characteristics to remain stable throughout weather and temperature changes normally experienced in west central Missouri. The secondary containment substrate is concrete. The aboveground fuel storage tank substrate is metal. All work shall be accomplished in accordance with applicable industry standards, manufacturers recommendations, and regulations governing worker safety and protection of the environment. The contractor shall complete all base entry requirements at least two weeks prior to mobilization to ensure access to all work site locations. The period of performance is 45 days from contract award date. This contract is firm fixed price. 509 CES/CEV shall review all contractor proposals for technical adequacy prior to awarding the contract. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-6, DUNS 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.212-1, Instructions to Offerors 52.212-3, Reps and Certs 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Commercial Items (including the following) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Custom software and hardware technician, $27.86) 52.225-1, Buy America Act--Supplies 52.216-1, Type of Contract 52.219-19, Availability of Funds for the Next Fiscal Year Fill-in (30Sep2009) 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344) 52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232.7028, Exclusionary Policies and Practices of Foreign Governments. 252.247.7024, Notification of Transportation of Supplies by Sea 52.203-3, Gratuities 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. 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. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail addresses: dawn.ochsner@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-5462 to the attention of 1Lt Dawn Ochsner. NOTE: Quotations shall be received by 06 Aug 2008, 1:00 PM CST; late quotations 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef25c0b90d5956a451562fb56f1ac0c4&tab=core&_cview=1)
 
Place of Performance
Address: Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01617603-W 20080720/080718220829-ef25c0b90d5956a451562fb56f1ac0c4 (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.