Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
MODIFICATION

49 -- Vehicle Wash

Notice Date
5/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z1890061A001
 
Archive Date
6/16/2010
 
Point of Contact
Christine H. Nguyen, Phone: 7074247664, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
Christine.Nguyen-02@travis.af.mil, josephine.cobb@travis.af.mil
(Christine.Nguyen-02@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an amended 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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z1890061A001; Vehicle Wash. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39, effective 19 April 2010, DCN 20100408, and AFAC 2010-0402. The North American Industry Classification System (NAICS) code is 333319. The business size standard is 500. The Federal Supply Class (FSC) is 4940. The Standard Industrial Classification (SIC) is 7542. This request for quotation consists of the following: CLIN 0001: General description: As a minimum the wash system must be self contained and run off sensors; be totally automated with a quick start system; be brushless and low maintenance; have the ability to be manually operated. Pacer control lights for driver assistance placed at beginning of wash to indicate when driver should move forward, stop and go lights for driver entry into wash. Exit side of wash to be marked with Do Not Enter signage. Install appropriate height clearance sign(s) at entrance. Accommodate for vehicles with dimensions 4 feet to 14 feet in height, from 8 feet to 60 feet in length and 6 feet to 12 feet wide. Installation will need to include a power hand wand wash station for vehicles outside identified dimensions. (A 10 horsepower 5 gallon per minute 2,000 psi pressure washer with 20 foot hose & reel with a wash and rinse cycle). All exposed surfaces and piping control heads be of stainless steel design. Ability to be used 24hrs a day, Spot free rinse at end of wash cycle, as we have hard water here at Travis Air Force Base. The unit is to have undercarriage washers, roof washers, right and left side washer units to cover the width, length and height, front and back of the aforementioned vehicles, remote start/ stop boxes, wheel washer sets to cover the different heights of tires, a tire guide rail running length of building supported at least every 5 feet both sides and extending 5 feet out each end tapered to allow flow of traffic and protection of equipment, the rail is to be painted bright yellow for visual identification by driver and of sufficient strength so no to be crushed by tire impact, 3 stage wash cycle, activator, wash, rinse; Additional specifications: Stage-one of wash additional specifications: activator arch, 300 gallon stage-one activator tank, two each automatic stage-one activator dispensers, two each ¾ horsepower special stage-one activator pumps. Stage-two additional specifications: detergent arch, 300 gallon stage-two detergent tank, and two each automatic stage-two detergent dispensers, a 50 horsepower stage-two detergent pump. Stage-three additional specifications: rinse arch, 1100 gallon stage-three rinse storage tank, 75 horsepower rinse pump. All spray nozzles must be of a spinning design, each spinner to have 4 fully adjustable spray nozzles. The nozzles to be of zero degree type and be supported at the end of adjustable position elbows, the rotational speed of the spinner to be fully individually adjustable between 90 - 400 RPM, the high pressure water seal in the spinner to be of mechanical seal. The wash system must use water recycling technology, to include the following salient characteristics a system that recovers no less than eighty percent of water used, with a zero to the sewer discharge, all discharge to be pumped to a gray water tank sized large enough volume to prevent system over flow of reclaim unit, to be built with customized biological water treatment system. The bio-remediation system shall be designed to eliminate and/or reduce the total load of hydrocarbon loading within the recycled water body. The system shall include and consist at least the following components: enzyme dispensing system accelerator dispensing system, dissolved oxygen and aeration system. Installation of this unit will require removal of and disposal of existing reclaim tank and installation of new 3,000-gallon reclaim tank. Any brine water generated from the spot free rinse system to be pumped to a 3,000 gallon holding tank. This water can be used for makeup water due to evaporation in the wash system. Any water not used must be stored in the holding tank. The holding tank is to be plumed to sanitary sewer to allow for overflow. Drain line to sewer will have a lockable shutoff valve at tank; tank will also have a lockable sampling valve installed for water testing prior to discharge to sewer, or being pumped out for Disposal. Unit is to be enclosed in a steel building to protect the area surroundings from spray and to protect the equipment from the weather. Requirements: The equipment must be separated from the operational area. Equipment area to have one personnel door with a push button cipher lock installed for security. Building frame to be of adequate design to support siding and to withstand 85 mile per hour winds and to be painted (by vendor) to match existing building color scheme here at Travis AFB and install lighting in both the operational and equipment areas. Install lighting in both the operational and equipment areas sufficient to light the area in all directions a minimum of 40 Foot Candles. All building areas are to have lighting able to withstand environmental and OSHA industrial safety standards. Recommended building dimensions: are 46' x 70', building to have 16 foot eaves, 3:12 roof pitch, 14 feet wide x 16 feet high openings at each end, 70 feet interior wall at 10 foot from edge of building for equipment storage, with siding to be 26 gauge aluminum or steel. Exterior area lighting is to be provided. Exterior area lighting level is to be two foot candles provided by High Pressure Sodium Cut Off fixtures. The lights are to be mounted to directional mounts on the building. The lights must be; 180-degrees Arc adjustable right and left and 180-degrees Arc adjustable up and down. Electrical system available at site: 280Volt 80Amp, available 350 feet from site 480Volt 100Amp. Any need to adjust up or down in electrical is the requirement of the vendor. See Statement of Work (attached) for additional requirements. CLIN 0002: Bid Additive: Priority 1: Drying unit at end of wash must be self adjusting to the vehicle exiting the wash, to include front, roof, both sides and back of vehicle. Drying unit must accommodate for vehicles within dimensions of 4 feet to 14 feet in height, from 8 feet to 60 feet in length and 6 feet to 12 feet wide. Unit should be motion-activated (on-demand mode) when vehicle requiring service approaches, and return to idle mode after vehicle drying is complete. Unit motor strength should be capable of providing spot-free finish (no water residue) for all vehicle sizes previously listed. CLIN 0003: Bid Additive: Priority 2: Removal and recycling/disposal of existing wind break; see supplemental files for picture. Wind break to be removed level to existing ground and all holes or opens left after removal to be filled with concrete. Wind break consist of steel construction, electrical conduit, light fixtures, and two smaller poles on opposite side of wind break. All to be remove. Award shall be made in the aggregate, all or none. Please provide quote valid for at least 30 days. The following provisions/clauses apply to this solicitation. FAR 52.203-3 Gratuities; FAR 52.203-6 Restrictions on Subcontractors ; FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper; FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instruction to Offerors - Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: lowest price technically acceptable; FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alternate 1); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions (Deviation); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program; FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Disabled Veterans; FAR 52.222-37 Employment Reports on Special Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23160- Electrician, Maintenance $28.11 - 34.35% 23800- Plumber, Maintenance $26.67 - 34.35% 23470- Laborer $15.39 - 34.35% (End of Clause) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.209-7001 Disclosure of Ownership or Controlled by the Gov't of a Terrorist Country; DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Gov't of a Terrorist Country; DFARS 252.211-7003 Item Identification and Validation ; DFARS 252.212-7000 Offeror Representations & Certifications- Commercial Items DFARS 252.212-7001 Contract Terms and Conditions (Deviation) DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests. Requests for payments must be submitted electronically through the Wide Area Work Flow system at [ http://wawf.eb.mil ]; DFARS 252.236-7007 Additive or Deductive Items DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 OMBUDSMAN Warranty requirements are listed in the attached Statement of Work. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any responses to Christine.Nguyen-02@travis.af.mil or fax to 707 424 5189. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Quotes are to be provided by fax or email NO LATER THAN 1 June 2010, 12:00 PM, PST. Point of contact is Christine Nguyen, 2Lt, Contract Specialist, telephone (707) 424 7664, christine.nguyen-02@travis.af.mil. Alternate POC is Josephine Cobb, Contracting Officer, telephone (707) 424 7720, josephine.cobb@travis.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z1890061A001/listing.html)
 
Place of Performance
Address: 434 Hangar Ave, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02138266-W 20100505/100503234347-a1f7141d33819e566f48e28a991b1254 (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.