Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

42 -- AQUEOUS FILM FORMING FOAM (AFFF) REPAIR BLDG. 662

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
 
ZIP Code
94035
 
Solicitation Number
W912LA12R7006
 
Response Due
3/12/2012
 
Archive Date
5/11/2012
 
Point of Contact
Jonathan V. Wood, 650-603-9276
 
E-Mail Address
129 RQW, Base Contracting
(jonathan.wood.1@ang.af.mil)
 
Small Business Set-Aside
N/A
 
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. AQUEOUS FILM FORMING FOAM (AFFF) REPAIR BLDG. 662 1.0REQUIREMENT: The Contractor shall provide all labor, materials, personnel, equipment and supplies required to repair the Aqueous Film Forming Foam (AFFF) Bldg 662 at the Air National Guard facilities located at Moffett Federal Airfield, California. Contractor must possess all necessary licenses for work described herein. As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract to the responsible bidder whose bid, conforming to the request for quote, will be most advantageous to the Government, considering only price and price-related factors. 2.0GENERAL: All work shall conform to relevant local, state, federal, and national codes, including Unified Facilities Criteria, USAF and ANG Engineering Technical Letters, IMC, NEC, Life Safety Code, NFPA, Bay Area Air Quality Management District, Santa Clara County and other local regulatory agencies. Observe all safety, OSHA, DEQ, and EPA rules and regulations. a.These nationally recognized codes will govern, unless the government deems that specific criteria must be met under the Department of Defense Unified Facilities Criteria (UFC) or Air Force/Air National Guard Instructions and Regulations. b.Conflicts between existing conditions and this SOW will be brought to the attention of the government for resolution as soon as found. No work will continue in that area until the Government has selected a responded about the new conditions. c.On 16 January 2012, at approximately 0058 (12:58 am), the Aqueous Film Forming Foam (AFFF) system in building (hangar) 662 activated and all 8 monitors discharged foam and/or water. Initial investigation has revealed that the flow meter on sprinkler riser #4 located in the AFFF storage tank room indicated a water flow, which initiated full AFFF system release. 3.0 DESCRIPTION OF WORK: Work involves repairing or replacing damaged or worn components, replacing components that have become obsolete and potentially unreliable, refilling the AFFF tank with MilSpec 3% foam, and taking all actions to re-certify and re-activate the AFFF system in building 662. a.Verify integrity of the bladder in 1,800 gallon Buckeye horizontal foam concentrate storage tank. If new bladder is required, replace with new (Option 1). Provide this cost as a separate line item b.Refill AFFF tank with Government Furnished military specification foam concentrate (MIL-F-24385F). Tank is 1800 gallon capacity and should be filled with 1,550 gallons of AFFF concentrate. c.Confirm the existing pressure switches mounted on the AFFF riser retard chambers operate as alarm only. If not, re-program the releasing panel to ensure that they are not a component that will initiate the releasing sequence. d.Replace the four existing fire sprinkler system waterflow switches with Potter VSR-FE-2 waterflow switches with electronic retard set for at least a 30 second delay. e.Provide documentation per NFPA (11,13, and 72 minimum) requirements. f.Return all mechanical and electrical components of the AFFF system to operational status. The following documents are available for download by interested parties: Statement of Work and Wage Determinations. Compliance with the requirements stated therein will be mandatory under the terms of the awarded contract. Optional job walk 10:00 A.M. 6 March 2012, email SMSgt John Clark at john.clark.4@ang.af.mil and SMSgt Jonathan Wood at jonathan.wood.1@ang.af.mil with names and citizenship status by 1500 5 March 2012. Due to the nature of the work, contractor's bidding on this contract are encouraged to perform a job walk so they will have full knowledge of the facility and any difficulties affecting the work that may not be adequately detailed herein. Simplified Acquisition Procedures will be utilized. Offers will be evaluated as lowest price. The Government intends to evaluate offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Department of Wage Rates is applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation are Wage Determination No: WD 2005-2061 (Rev.-11), dated 06/13/2011. CLAUSES INCORPORATED BY FULL TEXT (UPDATED 03/11/09) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (February 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). Applies over $3,000. 52.222-21, Prohibition of Segregated Facilities. Applies at $10,000 or above. 52.222-26, Equal Opportunity (E.O. 11246). Applies at $10,000 or above. 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.222-26 applies and $25,000 or above. 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). Applies over $10,000 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). Applies when 52.22-35 applies. 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). Applies over $3,000. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Applies over $3,000. 52.232-36, Payment by Third Party (31 U.S.C. 3332). Applies over $3,000. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351, et seq.). Applies over $3,000. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Applies over $3,000. (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). Applies when applicable. (End of Clause) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (January 2009) As prescribed in 212.301(f)(iii), use the following clause: (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 252.225-7001 Buy American Act and Balance of Payment Program (41 USC 10a-10d, EO 1582) Applies $3,000 to $25,000. 252.227-7015 Technical Data--Commercial Items (10 U.S.C. 2320). Applies over $3,000. 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Applies over $3,000. CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions--Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.253-1 Computer Generated Forms 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report HAZARDOUS MATERIAL CLAUSES (** - IF REQUIRED): 52.223-3 HAZARDOUS MATERIALIDENTIFICATION AND MATERIAL. SAFETY DATA 52.223-3 HAZARDOUS MATERIALIDENTIFICATION AND MATERIAL. SAFETY DATA (ALTERNATE I) 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION 52.223-6 DRUG FREE WORKPLACE 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS 52.223-10 WASTE REDUCTION PROGRAM 52.223-11** OZONE DEPLETING SUBSTANCES 52.223-12** REFRIGERATION EQUIPMENT AND AIR CONDITIONERS 52.223-14 TOXIC CHEMICAL RELEASE REPORTING 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS 52.223-16 IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS 252.223-7001 HAZARD WARNING LABELS 252.223-7004 DRUG-FREE WORKPLACE 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS ** If Applicable. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Bid MUST be good for 60 calendar days after submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA12R7006/listing.html)
 
Place of Performance
Address: 129 RQW, Base Contracting Base Contracting, P.O. Box 103/Stop 25 Moffett Federal Airfield CA
Zip Code: 94035
 
Record
SN02683334-W 20120229/120227234253-fb9c5b6dff74d6bb72e04a29515b0028 (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.