Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

P -- Dismantlement of Jet Blast Shields at Beale AFB, CA - Attachments

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F1H3AF1012A001
 
Archive Date
3/3/2011
 
Point of Contact
Kevin C. Stolark, Phone: 5306340671, Annette Q. Seggay, Phone: 5306342868
 
E-Mail Address
kevin.stolark@beale.af.mil, annette.seggay@beale.af.mil
(kevin.stolark@beale.af.mil, annette.seggay@beale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Photo 4 Photo 3 Photo 2 Photo 1 Risk Assessment Safety Plan Scope of Work 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. Solicitation Number F1H3AF1012A001 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49, effective 31 January 2011. This acquisition is 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 238910, and Standard Industrial Classification (SIC) code 5093. The Size Standard for NAICS 238910 is $14.0M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Non-personal services for the Dismantle and Removal of Blast Shields as defined in the Statement of Work. Adherence to the period of performance and completion date for this requirement is critical. To assist prospective contractors in determining the scope of the above effort, the following quantities in U.S. pounds of galvanized steel Jet Blast Shields must be removed at Beale AFB, CA in accordance with the attached Statement of Work, the attached Risk Assessment, and the attached PAR Safety Plan: Straight blast shields: weighing approximately 55 pounds per linear foot: 10 each at 50 feet in length (10 x 50 x 55)= 27,500 lbs. 6 each at 70 feet in length (6 x 70 x55)= 23,100 lbs. 6 each at 82 feet in length (6 x 82 x 55)= 27,060 lbs. Curved blast shields: weighing approximately 75 pounds per linear foot: 8 each at 82 feet in length (8 x 82 x 75)= 49,200 lbs. 6 each at 70 feet in length (6 x 70 x75)= 31,500 lbs. Total approximate weight (i.e., weight estimated, but not guaranteed by U.S. Government): 158,360 pounds The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008). It is amended to read: Offeror shall submit signed and dated offer to 9 CONS/LGCA, Attn: Mr. Kevin Stolark, 6500 B. Street, Suite 101 Beale AFB, CA 95903-1712 or by email to kevin.stolark@beale.af.mil, by 16 February 2011 at 1:00 p.m. PST. Submit signed and dated Offer Schedule marked with solicitation number F1H3AF1012A001. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. (1) Technical Evaluation. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offeror's compliance with the technical requirements of this solicitation. The government may make a final determination as to the technical acceptability of an offer based on the proposal as submitted without requesting any further information. Offeror's proposals will be evaluated against the following technical factors: a. Compliance with requirments of Statement of Work, Safety Plan, and Risk Assessment Requirements. b. Hazardous Material Compliance Plan: Contractors should assume Lead Base Paint (LBP) is present; and provide a plan for compliance with all applicable laws and regulations. Offerors are required to submit its LBP compliance plan for review as part of the proposal package. (2) Price/Cost Evaluation. Initially offers shall be ranked according to price, including any option prices (if applicable). Each offeror's price will be evaluated for completeness and reasonableness. Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal. a. All proposals shall be net of recycling costs. In other words, the recycling of the metal is a contract requirement. The cost to the Government shall be the cost of dismantlement less the value of the recovered scrap metal. b. All proposals shall complete/include the following: "Validity Period of this Offer: 30 days after date of signature." c. Proposals must be signed by an authorized representative of the prospective contractor. d. Proposals must include the following information: 1. Company Name 2. Address 3. Telephone Number 4. E-mail address 5. CAGE Code 6. DUNS Number 7. ORCA registration information 8. GSA Contract No., (if applicable): ________________. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. Offeror's technical proposal shall be submitted along with their proposal and shall not exceed 10 pages in its entirety. NOTICE OF SITE VISIT (a) A site visit will be conducted at 10:00 AM on 14 February 2011 at (9 CONS) for the purpose of answering questions regarding this solicitation. (b) Submit the names of all attendees to Mr. Kevin Stolark by e-mail to the following e-mail address: kevin.stolark@beale.af.mil Follow up to the e-mail notification may be made to Mr. Stolark by facsimile in care of: 9th Contracting Squadron, 6500 B. Street, Suite 101, Beale AFB, CA 95903, (fax number 530-634-3311) prior to 5:00 PM on 09 February 2011. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 5:00 PM Pacific Time, 09 February 2011. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jun 2010) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) (Deviation) also apply to this Request for Proposal. FAR 52.212-3, Offeror Representations and Certifications (Jan 2011) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) The following clauses also apply: FAR 52.204-7, Central Contractor Registration FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-4, Contract Terms & Conditions-Commercial Items FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items...with the following clauses selected: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.214-31, Facsimile Bids; FAR 52.237-2, Protection of ‘Government Buildings, Equipment, and Vegetation FAR 52.252-2, Clauses Incorporated by Reference; Fill-In: http://farsite.hill.af.mil DFARS 252.204-7004, Alternate A, Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. AFFARS 5352.201-9101, Ombudsman AFFARS 5352.242-9000, Contractor Access to Air Force Installation Primary point of contact is: Mr. Kevin Stolark, 9 CONS/LGCA 6500 B Street, Suite 101 Beale AFB, CA 95903 By telephone at (530) 634-3370 By e-mail kevin.stolark@beale.af.mil List of Attachments: Attachment 1- Scope of Work Attachment 2- PAR Safety Plan Attachment 3- Risk Assessment Attachment 4- 4 photos
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H3AF1012A001/listing.html)
 
Place of Performance
Address: Apron adjacent to airfield, Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN02374954-W 20110210/110209055848-20689b6a028c3e1c7892781d4ad94a78 (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.