Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

56 -- Modification of one Emergency Airfield Gate to include the installation of a anti-ram vehicle barrier systems

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
 
ZIP Code
40516-9723
 
Solicitation Number
H92254-09-P-0006
 
Archive Date
9/12/2009
 
Point of Contact
David L. Shrout, Phone: 8595665107, Robert Campbell, Phone: 8595665013
 
E-Mail Address
david.shrout@sofsa.mil, bob.campbell@sofsa.mil
(david.shrout@sofsa.mil, bob.campbell@sofsa.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 FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation. The NAICS Code is 236220 with a size standard of $33.5M. This requirement is a small business setaside for the modification of one Emergency Airfield Gate to include the installation of a anti-ram vehicle barrier systems for the Special Operations Forces Support Activity (SOFSA) located at Bluegrass Station, 5751 Briar Hill Road, Lexington, KY 40516. Gate Modifications: The contractor shall furnish plans for the modification of the gate within 10 business days ARO for SOFSA approval. SOFSA shall review and approve/disapprove the plans within 5 business days of receipt. If the plans are not approved, the contractor shall have 5 business days to address issues raised and resubmit the plans. Upon SOFSA approval, the contractor shall complete the following modifications to the gate: The gate must be capable of being opened manually by one person within a few minutes to allow for emergency vehicles to exit the fenced area quickly. The opening in the fence is 25 feet wide. The gate must overlap the ends of the fence to ensure personnel can not slip between the fence poles and the gate. The chain link fabric must cover the entire gate structure. The gate must have three strands of barbed wire at the top. The support bars for the barbed wire will be vertical to allow them to overlap the fence when the gate if opened. The gate requires wheels under both ends and spaced along the length as necessary to allow for smooth and ease of operation. In addition to the wheels, the gate needs a guide system which will keep it aligned to the rest of the fence. The wheels need to be large enough to allow for ease of movement and to support the weight of the anti-ram vehicle barrier system. The gate needs a 50-60 foot long by 2 foot wide, level strip of concrete for the wheels to run on. This will help eliminate the problem of grass and vegetation crowing up and blocking the movement of the gate. The gate must have a solid locking system that will resist the force of a vehicle crashing into it. The locking system needs to be designed so that it can not be tampered with from outside the gate. The lock may not be used as the main fastening for the gate. The anti-ram vehicle barrier system will be one that is installed on the gate itself. This is a commercially available system. The crash barrier systems will be to the Department of State (DOS) SD-STD-02.01 for the following certifications: speed (K) and penetration (L) ratings: K12 = 50 mph (80 kph) and L2 = 3 ft. to 20 ft (915 mm to 6.1 m), "K" indicates vehicle speed during crash test; and "L" indicates maximum allowed penetration of the barrier by the vehicle. The certification specifies perpendicular barrier impact by a 15,000 lb (6810kg) vehicle to meet certification standards. The contractor shall provide documentation that the barrier system has been rated at the K12 and L2 specification. The contractor shall remove and dispose debris and extra material that result from this project. Special requirements: Security: All installation and maintenance work shall be performed by US citizens. Contractor personnel shall provide proof of citizenship in accordance with the SOFSA visitor approval process in effect at the time the visit is requested and prior to being allowed entry. The contractor and any subcontractor personnel are required to have a background investigation in advance and shall be given unescorted access to the work area by SOFSA. The contractor shall submit background investigation release forms and badge requests forms for all personnel expected to work within the existing controlled area at least 2 weeks prior to project start. The proposed contractor personnel must have a clear report on the background check to be allowed to work on-site. NOTE: Contractor personnel who have a current DoD security clearance may have their security office provide verification of the clearance to the SOFSA security office in lieu of completing the background check. The on-site contractor personnel will be issued a badge each day while on site and shall return their badge to SOFSA security personnel at the end of the day. Any contractor personnel showing up and requiring access without a pre-arranged badge request and background check shall not be allowed to access the SOFSA facility. The contractor is required to provide advance notification prior to conducting any on-site inspection or work. A two (2) hour minimum notice during normal business hours shall be given. Additional Information: A site visit will be conducted as identified in the synopsis. All contractors are encouraged to attend this site visit. Acceptance Criteria: Final contractor plans shall be submitted to SOFSA for approval in advance, prior to the start of construction. The SOFSA Security Manager and the contractor shall develop a checklist to verify that the Gate and Crash Barrier System meets the requirements stated in this solicitation. Proposal Requirements: The contractor's proposal shall include at least the following elements: Contractor shall list directly related experience. At a minimum, contractor shall submit the following documents: preliminary drawings, preliminary parts/labor listing, and a brief narrative identifying how the requirements are met. Contractor shall clearly identify the costs for modifications required to complete the requirement. Contractor shall provide a preliminary timeline, for completion of the modifications required. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. The site visit will begin at Building 3, A-Bay, Bluegrass Station, Lexington, KY at 10am (EDT), 21 August 2009 for all offerors. Attendees must send an email to bob.campbell@sofsa.mil 24 hours prior to site visit providing name, name of firm, job title, phone number, citizenship status and address. Offers shall be received in SOFSA by 4:00pm (EDT) 28 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H92254-09-P-0006/listing.html)
 
Place of Performance
Address: Special Operations Forces Support Activity, Bluegrass Station, 5751 Briar Hill Road, Lexington, Kentucky, 40516, United States
Zip Code: 40516
 
Record
SN01900483-W 20090807/090806001517-3279928501f212bf4aebf19937ea1677 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.