Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

C -- Repair Automatic Tank Gauging Systems - Storage Tanks Spreadsheet - Brand Name MFR

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
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
FA4625-10-Q-0045
 
Point of Contact
Alexander J. Boyce, Phone: 660-627-1940, John Hill, Phone: 660-687-5488
 
E-Mail Address
alexander.boyce@whiteman.af.mil, john.hill@whiteman.af.mil
(alexander.boyce@whiteman.af.mil, john.hill@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Memorandom for Record for the brand name Veeder-Root in this contract action Excel Spreadsheet detailing the storage tanks that the detection systems are to be installed into. 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 only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This is a 100% Small Business Set-Aside.The point of contact for this RFQ is A1C Alex Boyce at (660) 687-2592. STATEMENT OF WORK REPAIR AUTOMATIC TANK GAUGING SYSTEMS WHITEMAN AIR FORCE BASE MISSOURI GENERAL REQUIREMENTS The contractor shall supply all parts, materials, and labor to replace seven (7) underground storage tank leak detection monitoring systems at seven (7) tank locations at Whiteman Air Force Base. REQUIREMENTS Replace seven (7) Incon TS-1001 tank monitoring systems with seven (7) Veeder-Root TLS-300 tank monitoring systems for seven (7) underground storage tanks associated with emergency generators (see attached list). Each Veeder-Root TLS-300 tank monitoring system shall include the configurable console with integral printer, software enhancement module for static in-tank testing, site fax modem for remote management of leak detection and inventory alarms and reports, leak detection probes, and any other items necessary to install a fully functioning and certified in-tank leak detection system. Install, program, test, and certify each Veeder-Root leak detection system for each site-specific underground storage tank. Connect each Veeder-Root system to existing phone jack to enable remote access. The installed tank monitoring systems must be compatible with Veeder-Root Inform Software Version 4.1 residing on the centralized tank monitoring computer located in the base environmental office. Ensure the existing centralized tank monitoring computer and Inform software are properly programmed and configured to communicate with the newly installed seven (7) Veeder-Root TLS-300 tank monitoring systems. Remove all debris generated from the installation process. ADDITIONAL REQUIREMENTS All work shall be accomplished in accordance with industry standards, manufacturers' recommendations, and applicable regulations governing underground fuel storage tanks, leak detection methods, and automatic tank gauging systems. The contractor shall complete all base entry requirements at least three weeks prior to mobilization to ensure timely access to all work sites. The period of performance is 90 days from contract award date. ***END OF STATEMENT OF WORK*** This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and AFAC 2007-0823. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(15-16, 18-21), (b)(24)(i)(ii), (b)(28), (b)(29)(ii), (b)(31, 36),(c)(1,2 and 4) and (e); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 252.204-7004, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Wage Determination No.: 2005-2307 Revision #05 applies to this services contract, to view - http://www.wdol.gov/sca.aspx. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. 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. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The applicable North American Industry Classification System (NAICS) Code is 811310. The Small Business Size Standard is $7 MIL. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to: alexander.boyce@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of A1C Alex Boyce. NOTE: Quotations must be received by 23 July 2010, 1:00 PM CST; 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. Past performance has been added to the solicitation as an evaluation factor. Past performance will be evaluated as a measure of the Government's confidence in the offeror's ability to successfully perform based on previous and current contract efforts and years of experience. The following factors shall be used to evaluate offers: past performance and price. By submission of its offer, the Offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices and performance records. When addressing past performance evaluation criteria set forth in this solicitation, the Offeror shall provide current and relevant information regarding an Offeror's actions under previously awarded contracts. If the Offeror does not have Government references, the Offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. A site visit will not be held, see attachments for further information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-10-Q-0045/listing.html)
 
Place of Performance
Address: Whiteman AFB, Whiteman AFb, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02200949-W 20100711/100709235041-ac7d89c50b661bc89409511244901ec3 (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.