Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

49 -- Vehicle Exhaust Removal System

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811112 — Automotive Exhaust System Repair
 
Contracting Office
111 FG/MSC, 201 Fairchild Street, Willow Grove ARS, PA 19090-5320
 
ZIP Code
19090-5320
 
Solicitation Number
W912KC15R0001
 
Response Due
7/10/2015
 
Archive Date
8/9/2015
 
Point of Contact
Cynthia Laemmerhirt, 215-323-7106
 
E-Mail Address
111 FG/MSC
(cynthia.laemmerhirt@ang.af.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. STATEMENT OF WORK (SOW) For Bldg 229 Vehicle Exhaust Removal System HORSHAM AIR GUARD STATION, PA 8 April 2015 1.The contractor shall supply all materials, labor, equipment, transportation, and supervision necessary to complete the following 1.1 Install four (4) each MAXBOOM model #EDB-81505 (or equivalent). Each station must include 2HP MAXDRIVE 8 quote mark fan (or equivalent) to include duct work to outside of building. Each station must have independent on/off controls placed near each station for workforce use. Each exhaust capture unit will provide sufficient air flow for required CFM, this includes the ability to simultaneously use the system on duel exhaust vehicles. 1.2 Install four (4) each MAXDROP Double Drop 8 quote mark X25' hose model # FH-900-X (or equivalent) with 8 quote mark source capture nozzles that include a spring hinged damper and handle. The damper will shut off the airflow of the hose reels when not in use. Each hose must include stainless steel wire mesh to prevent foreign objects (rag stop) from entering system. Each drop must include spring balancer with ratchet locking system, steel cable, heavy duty support bracket and rubber support sling with tangle free turnbuckle. 1.3 Provide the following additional tailpipe adaptors and nozzles (or equivalent); 2 each 10 quote mark NA-DC 08 cane nozzle, 4 each 3 quote mark NR-E300 straight adaptors with hook chain. 1.4 Adjust the up/down limit on the hose reel so the hose will stop in the up and down positions before any damage to the hose and nozzles can occur. 1.5 Provide all electrical materials and certified installers for project. 1.6 Ensure equipment and installation meets or exceeds all federal, State of Pennsylvania, and local laws and regulations, as well as Air Force regulations and operating instructions to include safety and environmental standards. 1.7 Ensure the ventilation system at each exhaust collection point is moving no less than 800 cubic feet per minute (CFM) when assembled and configured for its intended and actual use. Provide certified test results as specified for each collection point after installation 2.HOURS OF OPERATION: 2.1 Normal Hours. The contractor shall provide routine service Monday through Friday between the hours of 8:00 A.M. and 4:00 P.M. Operations outside these hours require approval by the Contacting Officer or designated representative. 2.2 Recognized Holidays. The contractor is not required to provide service on holidays recognized by Horsham AGS. These holidays are normally the following: New Year's Day; Martin Luther King Day; Columbus Day; Washington's Birthday; Veteran's Day; Memorial Day; Labor Day; Independence Day; Thanksgiving and Christmas Day. 3.ENVIRONMENTAL AND MATERIALS HANDLING: 3.1 Environmental Compliance: The contractor shall comply with all federal, State of Pennsylvania, and local laws and regulations, as well as Air Force regulations and operating procedures to include all permit conditions. If at any time, an authorized environmental representative feels that regulatory requirements listed above are not being followed, the representative reserves the right to notify the contracting officer to direct corrective action. 3.2 Liability: Contractor shall assume liability for acts of omission in regard to compliance with federal, state and local environmental statutes, regulations and applicable guidelines, including but not limited to fines or penalties associated with enforcement actions and costs of environmental restoration (removal actions, remedial actions, and corrective actions). Contractor and any subcontractors shall assume liability in the event that their actions result in the release of any hazardous substance to air, soils, surface water, or ground water. Contractor and any subcontractors shall be responsible for all documentation, reporting, assessment, and remedial action requirements associated with such release and any resulting contamination. The government reserves the right to initiate and complete all cleanup actions. This does not alter or amend the contractor's liability for the site cleanup. The contractor or subcontractor shall reimburse the government for all costs associated with the cleanup. 4.MISHAP NOTIFICATION AND REPORTING. The contractor shall immediately report any and all injuries and damage involving contractor, Air Force civilian or military personnel to the Wing Safety Office. 4.1 Cooperate fully and assist government personnel in any government investigation of the mishap, until released by the mishap investigative authority through the CO. Safety personnel shall have the right, at any time, to investigate and report all mishaps involving Air Force personnel and property. The CO and contractor Safety representative may accompany Air Force mishap investigation personnel but may not release information regarding the mishap without written approval of the AF Safety investigating official or senior installation commander 4.2 Maintain records of contractor employee's occupational injuries, illnesses, and other related activities as required. 5.FIRE PREVENTION: Establish and implement procedures to ensure careful handling and storage of flammable and combustible products IAW National Fire Protection Association (NFPA) Standard 30 and National Fire Codes. 6.HOUSEKEEPING AND CUSTODIAL SERVICES. The contractor must maintain the contractor assigned areas in a clean, safe, and sanitary condition. Remove trash from all the work areas and store all flammables in an approved flammable storage container and ensure the area is left in an orderly manner at the end of the duty day. 6.1 Sanitary Facilities: The Contractor's employees may use the nearest sanitary facilities. The Contractor shall not use facilities in controlled or restricted areas IAW security requirements. 6.2 Refuse Collection: Waste generated by the Contractor in performance of the services specified with this SOW shall be disposed of by contractor off base in compliance with State and Local ordinances, including hazardous materials in which proper disposal instructions shall be complied with. All trash, debris, and refuse caused by the job shall be removed and disposed of and shall be deposited in an approved receptacle or container furnished by the Contractor. The job site shall be cleaned at the end of each workday. 7.INSPECTION: The 111 Attack Wing will provide a Technical Point of Contact (TPC) to verify accomplishment of work. The TPC will be the spokesman for compliance with base standards. Controversies between the TPC and the Contractor will be resolved by the Contracting Officer. If, for some reason, a change in the primary or alternate TPC is required, the Contractor will be notified in writing by the Contracting Officer. The Contractor shall coordinate Contractor activities with the 111 Attack Wing. 8.CERTIFICATION REQUIREMENTS: The contractor shall ensure that employees meet local, state and federal requirements and possesses valid certifications or licenses as required before starting work. 9.SCHEMATICS: Electrical schematics are not available for this building. 10. SITE VISIT: An optional site visit has been scheduled 16 June 2015 at 1300. If you are planning on attending the site visit, please forward name of person/s attending the visit as well as make and model of the vehicle/s. Also, please ensure current vehicle registration and insurance. If you have any questions, please contact TSgt Laemmerhirt at Cynthia.Laemmerhirt@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-3/W912KC15R0001/listing.html)
 
Place of Performance
Address: 111 ATKW/MSC 201 Fairchild Street, Willow Grove ARS PA
Zip Code: 19090-5320
 
Record
SN03754909-W 20150607/150605234609-b8143773ebe7280b6f5b243dcd4b2a5f (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.