Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

Z -- Repair Concrete Floors / CRU coating, Kingsley Field, Klamath Falls, Oregon

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-10-R-0007
 
Response Due
4/16/2010
 
Archive Date
6/15/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.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 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 United States Property and Fiscal Office for Oregon is soliciting a proposal for the removal of existing floor coatings, repairing of damaged concrete, preparing floor surfaces, and applying 24 mil CRU (Chemical Resistant Urethane) coating over prepared floors in the Munitions Maintenance, Bldg. 536 and F-15 Simulator Bldg 209, mechanical room at the Kingsley Field Air National Guard Base, Klamath Falls, Oregon. This is a combined synopsis/solicitation number W912JV-10-R-0007. This solicitation is prepared in accordance with format 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. A firm fixed price contract will be the result of this solicitation. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 238330. The size standard for this NAICS is $14M annual average over the past three years. An organized site visit will be conducted on April 1, 2010 at 1:00 pm P.S.T. Firms shall meet at the 173d Base Civil Engineering Conference room prior to proceeding to the project site. Firms shall be able to provide government issued identification and proof of insurance to gain access to the base. PROJECT REQUIREMENTS: The Contractor will provide all labor, tools, equipment, and materials to complete this project in accordance with all Federal, State, county, and local regulations and codes. Protect all facilities, grounds, equipment, and utilities not scheduled to receive work. Observe all safety, OSHA, DEQ, and EPA rules and regulations. Coordination with the Civil Engineering office, Security Forces, and the building users ten (10) days prior to start of work is required. This project is to remove existing floor coatings, repair damaged concrete, prepare floor surface, and apply 24 mil CRU (Chemical Resistant Urethane) coating over prepared floors in Munitions Maintenance, Bldg. 536 and Bldg Flight Simulator Bldg 209 mechanical room mezzanine. All marred or rough edges will be feathered smooth and primed to manufactures specifications. The approximate square footage is 3582 SF. Compliance with the manufacturer instructions will be enforced. Furnish materials in manufacturers sealed containers bearing all dates, warnings, numbers, etc. Provide drop cloths, barricades, dust control and other forms of protection to safeguard work as required. This will include the temporary removal and reattachment of alarm sensors and any other components. Coordination with the Civil Engineering office, building users and security forces is required. The Contractor shall remove existing coating by diamond grinding with a planetary type grinder. Hand held grinders shall only be used for the removal of coatings at the perimeter of the surface area and around equipment where use of the planetary grinder is not practical. Cracks shall be repaired by routing the crack to minimum depth/width of, over-filling the crack with manufactures recommended filler thickened with Silica. Excess epoxy shall be ground off so that the repair is flush with the surrounding concrete. Small depressions shall be repaired using the same over-fill and grind method described for cracks. Areas of slab curl or otherwise raised concrete shall be ground smooth to match the predominate elevation by means of a planetary grinder. Hand held grinders shall not be used for this type of repair. The surface shall be shot blasted to a profile of CSP4 (International Concrete Repair Institute). The entire area shall be swept and vacuumed cleaned of all debris. The concrete aprons (3ea) directly outside the overhead doors at Building 536 shall be repaired using the following method: sawcut and remove, to a minimum depth of 1, Install Polymer Modified Repair Mortar, taking care to ensure that the repaired concrete is no more than 1/4 higher than the exterior asphalt. The cured repair mortar shall be prepared, by Shot Blasting and grinding, for the application of the specified floor coating material. Final floor preparation must meet the requirements of the manufacturer prior to application of the coating material. The contractor shall install rapid cure, moderate accelerated, two-component, 100 percent epoxy primer in accordance with the manufacturer to a minimum thickness of 20 mils. The contractor shall then install 2 coats of Urethane Topcoat using traction Grit. Color shall be light Grey. Take care to prevent puddles and holidays. Full cure time shall not exceed seven days and withstand foot traffic 24 hours after final application. Acceptance of completed work will be the authority of the government representative. Clean up and disposal will be the contractor responsibility. Contractor will dispose of all hazardous wastes/materials in accordance with all-applicable state and federal environmental regulations. New floor coating shall be EQUAL to or similar to Tenant Eco-shop floor with grit. Product shall have a manufactures warranty of five years, and applicator shall guarantee for a period of two years for workmanship. Submit product samples, MSDSs and product data to government representative for approval before applying. The Government will pay for the usage of all utilities required to complete this work. The Contractor will not be allowed to work on the base SDO (scheduled day off) Mondays without approval of Civil Engineering. The Contractor will be required to submit all employee and vehicle information to Civil Engineering prior to the start of work for Base access. Building 209 is a secured facility, therefore requiring constant escort by a Government representative, and complying with users schedule. All work shall be completed within 45 calendar days of receipt of award. A coordination meeting will be required prior to start of work. EVALUATION FACTORS: Lowest Price Technically Acceptable: Offerors shall provide the following to demonstrate their technical ability: Applicator Qualifications: 1.) Minimum of three years experience in application of coating and resurfacing of concrete floors 2.) A minimum of ten jobs or 1,000,000 square feet of successful applications. 3.) Applicators shall be approved, in writing, by the manufacture of the product. Price and price related factors: The proposed amount shall be evaluated based on reasonableness and realism. Firms will either receive an ACCEPTABLE / GO or NOT ACCEPTABLE / NO GO on the technical criteria listed above. Award will be made on the basis of the lowest evaluated price of the proposal meeting the technical evaluation factors. Lowest price technically acceptable does not permit trade offs between price / cost and technical factors. Firms shall provide pricing in the following format: ITEM 0001 All costs associated with the removal of existing floor coatings, repairing of damaged concrete, preparing floor surfaces, and applying 24 mil CRU (Chemical Resistant Urethane) coating over prepared floors in the Munitions Maintenance, Bldg. 536. ITEM 0002 All costs associated with the removal of existing floor coatings, repairing of damaged concrete, preparing floor surfaces, and applying 24 mil CRU (Chemical Resistant Urethane) coating over prepared floors in F-15 Simulator Bldg 209, mechanical room. SUBMISSION OF PROPOSAL: Submit your proposal to the USPFO for Oregon, attn: Jody Owens, PO Box 14350 / 1776 Militia Way, Salem, Oregon 97309 no later than 10:00 am P.S.T April 16, 2010. LATE PROPOSALS WILL NOT BE ACCEPTED. Questions pertaining to this solicitation can be directed to Jody Owens at jody.owens@us.army.mil or via phone at 503-584-3773. Questions pertaining to this proposal will need to be submitted no later than April 12, 2010. Offerors proposals shall be valid for a minimum of 90 days to be acknowledged in the offerors proposal. 52.212-2 Evaluation of Commercial Items. The Offerors must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability and be registered in Wide Area Work Flow (WAWF) Vendor Self Registration, http://wawf.eb.mil/. Firms shall submit invoices electronically. All FAR Clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this solicitation and are incorporated by reference: FAR clause 52.202-1, Definitions Far clause 52.203-3, Gratuities FAR clause 52.203-5, Covenant Against Contingent Fees FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel provision 52.212-1, Instructions to Offerors-Commercial Items provision 52.212-2 Evaluation-Commercial Items provision 52.212-3, Offeror Representations and Certifications Commercial Items clause 52.203-3, Gratuities provision FAR clause 52.212- 4, Contract Terms and Conditions-Commercial Items FAR clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR clause 52.219-6, Notice of Small Business Set-Aside FAR clause 52.222-26 Equal Opportunity FAR clause 52.222-35, Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans FAR clause 52.222-36 Affirmation Action of Workers with Disabilities FAR clause 52.222-37 Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era and other eligible Veterans FAR clause 52.222-41, Service Contract Act FAR clause 52.223-3, Hazardous Material Identification and Material Safety Data FAR clause 52.223-5, Pollution Prevention and Right-to-Know Information FAR clause 52.225-13, Restrictions on Certain Foreign Purchases FAR clause 52.228-5, Insurance Work on a Government Installation FAR clause 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration FAR clause 52.233-1, Disputes Alternate A FAR clause 52.236-2, Differing Site Conditions FAR clause 52.236-5, Materials and Workmanship FAR clause 52.237-1, Site Visit FAR clause 52.237-2, Protection of Government buildings, Equipment, and Vegetation FAR clause 52.252-2, Clauses Incorporated by Reference FAR clause 252.201-7000, Contracting Officer Representative FAR clause 252.212-7000, Offeror Representations and Certifications Commercial Items FAR clause 252.204-7004, Alternate A, Central contractor Registration FAR clause 252.209-7001, Disclosure of Ownership of Control by the Government of a Terrorist Country FAR clause 252.233-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Material FAR clause 252.243-7002, Requests for Equitable Adjustments FAR clause 252.247-7024, Notification of Transportation of Supplies by Sea FAR clause 252.227-7023, Drawings and Other Data to Become Property of the Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-R-0007/listing.html)
 
Place of Performance
Address: Kingsley Field ANG Base 221 Wagner Street Klamath Falls OR
Zip Code: 97309-5008
 
Record
SN02097274-W 20100321/100319234619-a78a8d5f64565fd671947210d6557ca0 (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.