Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

R -- Swimming Pool Type of Service

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Naval Special Warfare Development Group, Naval Special Warfare Group Four, 2220 Schofiled Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-09-T-0664
 
Archive Date
9/10/2009
 
Point of Contact
Mary Tuttle, Phone: 757-763-4407, Ruby Phillips, Phone: 757-763-4432
 
E-Mail Address
mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil
(mary.tuttle@nsweast.socom.mil, ruby.phillips@nsweast.socom.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 the additional information included in this notice. This announcement constitutes the only solicitation, issued as a Request for Quotation; a written solicitation will not be issued. Solicitation Number H92242-09-T-0664 incorporates provisions and clauses that are in effect through FAC 2005-14, dated 22 November 2006 and DFARS Change Notice 20050930. The DPAS Rating for this solicitation is S1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil. This requirement is Set-aside for Small Business. The NAICS code is 541611, the Size Standard is $6.5. The Naval Special Warfare Group Four (NSWG-4) requests responses from qualified sources capable of providing periodic maintenance and service requirements to maintain the aquatics facilities at Special Boat Team Twenty Two, located at Stennis Space Center, MS. 39529. NSWG-4 anticipates awarding a Firm Fixed Price Contract. CLINS as follows: CLIN 0001 Combat Training Tank Maintenance, 12/Months (Cost per Month) CLIN 0002 Chemical and Lab Testing Allowance for Combat Training Tank, 12/Months (Cost per Month) CLIN 0003 Hydro Worx Therapy Pool Maintenace, 12/Months (Cost per Month) CLIN 0004 Chemical and Lab Testing Allowance for Hydro Worx Therapy Pool, 12/Months (Cost per Month) Statement of Work: 1.0 Overview: Provide periodic maintenance and service requirements to maintain the aquatics facilities at Special Boat Team Twenty Two, located at Stennis Space Center, MS.Combat Training Tank. Specifically: - 650,000 gallon swimming pool, pool house, and support equipment. - HydroWorx Model 5200 Physical Therapy Pool (with treadmill), enclosure, and support equipment. 1.1 The contractor shall provide all services and materials necessary to execute the terms of this agreement, as specified in the Detailed Description of Work (below). 1.2 The period of performance is from 1 OCT 2009 through 30 SEP 2010. Detailed Description of the Scope of Work to be performed 2.1 Task Description: 2.1.1 Conduct minor service and repairs to pumps, valves, circulating and filtration systems, as necessary to maintain a safe, leak free environment and containment of chemical materials. 2.1.2. Assess the condition of the training tank and therapy pool, enclosure(s), temperature control unit, circulating system and ancillary components for proper operation, potential repair or failure. 2.1.3. Provide monthly inspection and testing of the Combat Training Tank and HydroWorx system control and safety devices, immediately notifying the SBT-22 Facilities Manager of any known or suspected safety device failure. 2.1.4. Notify the Facilities Manager of the necessity to drain, backwash, and refill or retreat the Training Tank and Therapy Pool if needed to support repairs or to correct chemical limit inconsistencies. 2.1.5. Provide all treatment chemicals and supplies necessary to maintain water quality, testing and cleanliness appropriate for the size, design, and intended use of the training tank and the therapy pool. 2.1.6. Draw and process any additional water samples required for outside activity testing. 2.1.7. Ensure the following HydroWorx Therapy Pool chemistry limits are maintained by use of a Taylor Test kit (or suitable equivalent) at least twice weekly: pH range: 7.2-7.4 desired 7.5 Bromine: 3.0 - 5.0 PPM desired 5.0 PPM Temperature: 78- 86 degrees F desired 82-84 degrees 2.1.8. Ensure the following chemistry limits for the HydroWorx Therapy Pool are maintained and tested at least once a week: Alkalinity: 80-120 PPM desired 80 PPM Calcium: 200-400 PPM desired 300-310 PPM 2.1.9. Ensure the following chemistry limits for the Combat Training Tank are maintained and tested at least twice a week: Chlorine level: 1.0 to 2.5 PPM Ph level: 7.7 Total Alkalinity: 110-120 PPM Water temperature: 80 to 86 °F year round 2.1.10. Record and retain documentation of all treatment and testing results on site for inspection and review by the Facilities Manager. 2.1.11. Maintain additional safeguards and pool treatment consistent with current state and federal requirements. As a minimum level of competency, the contractor shall be familiar with the Virginia Graeme Baker Pool and Safety Act and the Mississippi Department of Environmental quality statutes. 2.1.12. Sustain cleanliness and good housekeeping of the Combat Training Tank and HydroWorx Therapy Pool, associated systems, equipment building, and enclosures on a continuous basis. 2.1.13. Maintain documentation and comments for every visit and task performed in order to develop material history and cost of operation data to the Facilities Manager. This documentation shall include all service, maintenance, cleaning, repair, testing and chemical treatment events and is subject to examination by the Facilities Manager and Medical Department personnel at any time. 2.1.14. Serve as Subject Matter Expert and general consultant to the Facilities Manger on all matters that contribute to safety, efficiency, use and care of the aquatics facilities and equipment. 2.2 Place and frequency of Performance: Work shall be performed at Special Boat Team 22 located 2603 Lower Gainesville Road, Bldg 2601, Stennis Space Center, MS.39529. The minimum frequency is defined as two documented visits per week. 2.3 Contractor Furnished Material: 2.3.1. Contractor will provide all required hand tools and labor to perform minor maintenance, adjustments, and service to all previously sited pool and support equipment/systems. 2.3.2. Contractor will properly label and identify trade specific tools and property of the contractor, necessary to execute the requirements of this agreement. 2.3.3. Contractor shall follow all directives of the Naval Special Warfare Group Four and Special Boat Team 22 concerning safety, security and professional demeanor. 2.3.3.1. Department of the Navy Inst. 5100.23G, Safety 2.3.3.2. Naval Special Warfare Group Four Inst. 2880.1 Use of Cellular Phones 2.3.3.3. Special Boat Team Twenty Two Inst. 5510.1 Command Security 2.3.4. Contractor will arrange for order and delivery of all required treatment and cleaning chemicals. Contractor will ensure that all invoices are clearly identified with sufficient information to be processed by the SBT-22 Supply Department. 2.4 Government Furnished Equipment (GFE) Material: 2.4.1 Special Boat Team Twenty Two will provide access to equipment to provide maintenance and service to the command Training Tank and the HydroWorx Therapy Tank. The contractor will immediately report to the Facilities Manager any degraded or inoperative equipment that is property of the U.S. Navy. 2.4.2 Special Boat Team Twenty Two will reimburse the contractor for all chemical treatment provided, as specified in paragraph 2.3.4. above. 2.5 Other Requirements 2.5.1. The government recognizes the difficulty in estimating exact chemical requirements necessary to sustain water quality over a one year period of performance. The expectation is that the contractor will coordinate the purchase delivery, calculate consumption rates, and arrange disposal of the following chemicals, reimbursable by the Government: Sodium Hypochlorite (bleach) 500 gal/week Carbon Dioxide (bottled) 300 lb/month Calcium Hypochlorite 1200 lb/year Muriatic Acid 750 gal/year Clear Blue Polymer 50 gal/year Bromine tablets 50 lb/year 2.5.2. The contractor will be expected to provide a detailed individual cost breakdown of all labor, materials, and chemicals as a part of the submission proposal to NSWG4 and SBT22. 3.0 Hazardous Material Use, Handling, or Disposal: The Contractor shall comply with all Federal, State, and local (where the work is performed) laws regarding the use, handling, or disposal of hazardous materials (petroleum products, paints, coatings, etc.) required under this order. 3.1 Classified/unclassified Data: The Contractor will comply with command requirements regarding Minimum Protection Requirements for Controlled Unclassified Information : security classification guides (OPNAVINST 5513 series) and unclassified limited documents are not authorized for public release and, therefore, cannot be posted on a publicly accessible web server or transmitted over the Internet unless appropriately encrypted 4.0 Period of Performance: October 1, 2009 through 30 September 2009. The following Federal Acquisition Regulations (FAR) provisions and clauses are applicable to this procurement. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 (Jun 06) 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Nov 2006), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities ((Feb 1999) 52.222-26 Equal Opportunity (Apr 2002), 22.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006), for EPA-Designated Products (Aug 2000), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.233-3 Protest After Award (Aug 1996). DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005) 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items ( Nov 2001). Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) As prescribe in 5615.209(l), insert the following provision All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Mary Tuttle, Chief Contracting Officer 2220 Schofield Road Norfolk, VA. 23521-4457, 757-763-4407 Mary.tuttle@nsweast.socom.mil 5652.228-9000 Required Insurance (2003) As prescribed in 5628.310, insert the following clause, The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance-Work on a Government Installation" are as follows: TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/ $500,000 per occurrence Property Damage Liability $20,000 per occurrence Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability $100,000 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquistions of Commercial Items. (July 2009) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (May 2004) 52.212-2, Evaluation - Commercial Items (Jan 1999) is applicable to this procurement. (a) The government will award a contract resulting from this solicitation to the responsible Vendor whose offer conforms to the solicitation offering the lowest price technically acceptable. Solicitation and questions will only be received by email to the Contracting Officer, Mary Tuttle, email: mary.tuttle@nsweast.socom.mil, before closing date 3:00PM, 09 September 2009, Eastern Standard Time. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-08-12 13:42:35">Aug 12, 2009 1:42 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-08-26 07:52:27">Aug 26, 2009 7:52 am Track Changes Site Visit Required by Vendors Interested in Quoting on this Requirement. Government Point of Contact to Arrange Site Visit: Mr. Dave Everette, 228-813-4000x13903 Location: Special Boat Team Twenty-Two, 2603 Lower Gainesville Road, Stennis Space Center, MS. 39529-7099 Site Visit at Vendor's Expense. SOLICITATION CLOSE DATE EXTENDED TO: 3:00PM, 09 September 2009, EASTERN STANDARD TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/NSWGF4/H92242-09-T-0664/listing.html)
 
Place of Performance
Address: Special Boat Team Twenty-Two, 2603 Lower Gainesville Road, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN01928325-W 20090828/090827002034-6ac02dd89ea27ac314be4903147be975 (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.