Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

Z -- Install CRU Floor Coating at Building T-9 - Engineering Technical Letter

Notice Date
8/22/2008
 
Notice Type
Engineering Technical Letter
 
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-0032
 
Point of Contact
Dawn H. Ochsner,, Phone: 6606875396, Carl D See, Phone: 6606875425
 
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-0032 is issued as a request for quotation to apply a Chemical Resistant Urethane (CRU) coating to the floor at the T-9 Facility Hanger at Whiteman AFB, MO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, DFARS DCN 20080513, AFFARS AFAC 2008-0605. 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 FY08 INSTALL CRU FLOOR COATING BLDG. T-9 Whiteman Air Force Base, Missouri 1. Contractor shall provide all materials, transportation, disposal, labor and machinery to install a primed, multi-layer, non-slip, Chemical Resistant Urethane (CRU) floor coating at facility T-9. Contractor shall be required to follow Engineering Technical Letter (ETL) 96-5 (Change 1): Hanger Concrete Floor Reflective Coating Criteria issued by HQ AFCESA/CES. 2. Contractor is responsible to conduct all moisture testing and any testing that is applicable to guarantee and warranty proper bonding of materials used. Contractor shall warrant workmanship and materials for one (1) year upon acceptance. Contractor shall submit the test results with recommendations prior to the final award of this project. Contractor shall submit proposal of all coatings, chemicals, and substances they will use in the application of the floor coating. 3. Contractor shall prepare all surfaces according to the ETL 96-5 mentioned above. Contractor shall provide the required preparation (bead blasting /cleaning) for bonding according to manufacturers' recommendations as the installation warrants. Contractor shall remove; prepare all joints for roding and filling with the recommended polyurea joint sealant and primer. Contractor shall rout and fill any joints that are damaged with epoxy mortar prior to sealing. Contractor shall fill all other holes and cracks prior to applying coatings or primers. 4. Contractor shall provide power generation if required power source is not available in the immediate work area. Government does not assume responsibility to provide this requirement. Contractor shall stage delivery of materials or plan to store applicable materials. Inside storage is not guaranteed. 5. Contractor shall have access to the work area twenty-four hours a day to complete the entire floor in one staging. Contractor shall submit full names, social security numbers, date of birth, driver's license number and state of issuance of all employees and staff accomplishing this project. Non-U.S. citizens documented or not, shall not be permitted into the security area. This information must be submitted two weeks prior to job start for security clearance purposes. Floor area size, requirements/specifications Color/sheen: White, high gloss Surface required: Non-slip UKE Tug path requirement: Heavy aggregate non-slip 12' wide by length of hanger running north and south Floor SF: Approx. 60,200 + or - Joints L.F.: Approx. 4,700 Painted lineage: 4" red security lines around each aircraft position Painted lineage continued: One ea. 12" glass-beaded yellow taxi line bordered by 6" black non reflective installed north and south centered through UKE tug path. Two ea. Yellow/black door warning slashed boxes located at hanger door openings 5' x 30'. Yellow 6" circles installed around grounding points for identification. (Metal ground point shall not be coated over). Approx. 24 ea. Yellow 3' X 4' X 4" wheel position boxes 6 ea. (coordinated with owner for exact position prior to installation. * Contractor shall install all lineage prior to final clear coats of urethane. ****SITE VISIT IS SCHEDULED FOR 8 SEPTEMBER 2008 AT 10:00 AM CST**** 52.237-1 Site Visit (Apr 1984) (a) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) An organized site visit has been scheduled for -- Monday, 8 September 2008 at 10:00 AM CST (c) Participants will meet at-- The Spirit Gate (Main Gate) Whiteman AFB MO 65305-5344 NOTE: In accordance with Whiteman AFB regulations, prospective participants (limited two (2) per company) must submit by FAX: Full Name, Social Security Number, Driver's License Number, Birth Date and Company Name by 3 September 2008 at 1200 CST: Lt Dawn Ochsner 509th Contracting Squadron 660-687-5462 Only U.S. citizens will be allowed into the controlled area. In addition, convicted fellons and individiuals with outstanding warrants will not be allowed access. Prospective participants must bring two forms of idententification to ensure access to the controlled area at the time of the site visit. 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 1:00 PM CST, 15 September 2008; 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. ***PLEASE SEE ATTACHED ENGINEERING TECHNICAL LETTER***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3f59a8a8268106aab473ad5137d1eee&tab=core&_cview=1)
 
Document(s)
Engineering Technical Letter
 
File Name: Engineering Technical Letter (etl_96_51.doc)
Link: https://www.fbo.gov//utils/view?id=3b5b53270e48a926396aa58b0cd797aa
Bytes: 115.93 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Whiteman AFB, Missouri, 65305-5344, United States
Zip Code: 65305-5344
 
Record
SN01649045-W 20080824/080822223419-e3f59a8a8268106aab473ad5137d1eee (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.