Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

J -- REPAIR B317 WASH RACK

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 171 MSG/MSC, PA ANG, PITTSBURGH INTERNATIONAL AIRPORT, 300 TANKER ROAD #4202, CORAOPOLIS, Pennsylvania, 15108-4204, United States
 
ZIP Code
15108-4204
 
Solicitation Number
W912KC8204AW01
 
Archive Date
9/12/2018
 
Point of Contact
Michael W. Boyd, Phone: 4127767660
 
E-Mail Address
michael.w.boyd2.mil@mail.mil
(michael.w.boyd2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS REQUIREMENT IS FOR WASH RACK REPAIRS FOR THE 171ST ARW IN CORAOPOLIS (PITTSBURGH), PA. INSTRUCTIONS ARE AS FOLLOWS: 1)ITEMS REQUESTED ARE ADVERTISED AS BRAND NAME OR EQUAL. VENDORS PROPOSING ALTERNATE BRAND NAMES OR MODEL NUMBERS **MUST** BE APPROVED PRIOR TO RESPONSE DEADLINE. 2)ALL ITEMS UTILIZED ARE REQUIRED TO BE USA-MADE AND IN NEW CONDITION. REFURBISHED, USED, AND OTHER-THAN-NEW ITEMS WILL NOT BE ACCEPTED. 3)THIS RFQ IS BEING CONDUCTED ON A LOWEST-PRICE TECHNICALLY ACCEPTABLE (LPTA) BASIS. 4)INTERESTED VENDORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARD MANAGMENT (SAM) IN ORDER TO BE AWARDED. IF YOU ARE NOT REGISTERED IN SAM, PLEASE CONTACT ME FOR ASSISTANCE. (REF: FAR 52.232-33). 5)THIS IS A 100% SMALL BUSINESS SET-ASIDE. VENDORS MUST BE A SMALL BUSINESS UNDER THE SIZE STANDARDS OF NAICS CODE 238290. VENDORS NEED NOT BE REGISTERED UNDER 238290, HOWEVER THEY MUST BE UNDER THE APPLICABLE SIZE STANDARD OF $15.0M. (REF: FAR 52.219-6) 6)NAICS SIZE STANDARDS: https://www.sba.gov/contracting/getting-started-contractor/make-sure-you-meet-sba-size-standards/table-small-business-size-standards 7)VENDORS WILL BE PAID VIA WIDE-AREA WORKFLOW/ IRAPT. (REF: DFARS 252.232-7006) 8)A SITE VISIT IS NOT MANDATORY TO BE CONSIDERED FOR AWARD. A SITE VISIT IS SCHEDULED FOR WEDNESDAY, 22 AUGUST AT 10:00PM EST. TO ATTEND A SITE VISIT, VENDORS MUST SEND THE FOLLOWING TO ME BY TUESDAY, 21 AUGUST AT 3:00PM EST. LATE SUBMISSIONS WILL NOT BE ACCEPTED AND WILL RENDER VENDOR INELIGIBLE TO ATTEND THE SITE VISIT. NO EXCEPTIONS! (REF. FAR 52.237-1) a.Company Name b.Name of Representatives Attending c.DRIVERS LICENSE # and STATE of ALL Representatives Attending 9)INSTRUCTIONS FOR OFFERORS: QUOTES MAY BE SUBMITTED VIA THIS RFQ POST OR VIA EMAIL TO MICHAEL.W.BOYD2.MIL@MAIL.MIL. STATEMENT OF WORK Repair Wash Rack B317 PROJECT JLSQ182014 23 July 2018 1. SCOPE: The project requires all plant, labor, tools, materials, equipment, transportation and supervision to repair the wash rack in bldg. 317 at the 171st Air Refueling Wing in Coraopolis, PA. Contractor will complete all tests and certifications as required by Federal, State and Local laws. 2. LOCATION/SITE VISITS: This project is located at the Pennsylvania Air National Guard Base, 171st Air Refueling Wing, Pittsburgh International Airport, Coraopolis, Pennsylvania 15108-4217 building 205. A pre-bid meeting / site visit will be scheduled by 171 ARW Base Contracting office if required. 3. NORMAL HOURS OF OPERATION: Week 1: 7:00 AM - 4:00 PM, Monday thru Friday; Week 2: 7:00 AM - 4:00 PM, Tuesday thru Friday. Work coordination dates will be accomplished after contract award. 4. GENERAL DESCRIPTION OF WORK: This project is to remove all existing car wash related equipment in the mechanical room and wash bay at bldg. 317 and replace with "like" equipment, excluding: hot water tank and water softener system. This includes, but is not limited to: pumps, stand, tanks, hoses, wands and port hulls etc., in accordance to manufacturer's specifications and recommendations. Pumps are currently 3 phase 230/460 volts 5 HP. 1.Install 2 bay high pressure pumps, 5 HP, 3 phase motors to deliver 4.5 gpm @ 1200-1500 psi. Include low water cutoff protection and a thermostatic weep. Utilize a non-accumulating timer for activation. 2.Replace ceiling mount high pressure boom assemblies, stainless steel wand holders and mat clamps (both sides of bay). 3.Replace port hulls (no money) both sides. 4.Install 7 function + 1 stop rotary switch door assembly with push button for activation. 5.Install foam brush assembly with J-hooks and stainless steel wall mounted boom (both sides of bay). 6.Replace all high pressure hose and fittings required. 7.Test and adjust both garage doors to ensure proper operation. Provide a cost proposal for the options outlined below: *Option 1: remove and replace 91 gal hot water tank with like equipment *Option 2: remove and replace water softener system with like equipment *Option 3: remove and replace exterior car vacuum with like equipment 5. MATERIALS: Construction materials must meet all required NFPA and UL requirements. 6. SITE CLEAN-UP: Contractor shall clean immediate work area, removing any generated debris from the work site and subsequently disposing of debris off base. Contractor is required to secure all trash and debris in covered receptacles. Contractor shall report the disposal location as well as both volume and weight of debris removed from the base to meet environmental reporting requirements as required by law. 7. DELIVERABLES TO GOVERNMENT: Contractor shall provide (2) close-out binders at the conclusion of this contract. Binders shall contain all elements of repair/inspection that were accomplished. Binders shall also include copies of system reports, operator manuals, etc., as well as any additional recommendations of future repairs and associated costs. 8. UTILITIES: The Government shall provide at no cost to the Contractor reasonable amounts of water and electricity to support the contract. Hook up will be to existing electrical outlets and existing water shut off valves and will be the contractor's responsibility. Any contractor requirement to connect to the base water system will need to be coordinated through the CE project manager and will require a backflow prevention device. 9. MATERIAL & EQUIPMENT ACCOUNTABILITY: Notify the Contracting Office Representative (COR) prior to delivery of any material or equipment to the site. The contractor shall ensure someone is available to receive delivered materials and able to store them safely in an area to be coordinated with the COR. Any materials delivered without prior coordination and without having someone to take receipt, shall not be accepted and turned away. 10. SECURITY: Security Forces shall monitor the incoming and outgoing of work personnel during the duration of the project. All deliveries shall be coordinated with the COR to arrange for their entrance onto Base property. Contractor Vetting - Contractor shall provide a completed Wing Form 128 two weeks prior to start of work. 11. ESCORTS: A security briefing will be conducted prior to the start of the contract. All Contractor personnel shall have a minimum of one (1) form of photo identification with them at all times. A government representative will escort the contractor while on base unless a long term visitor request is processed through the base Security Forces Squadron for "unescorted access" privileges. For this project, CE will request "unescorted access" privileges for the contractor (and sub-contractors) working on this project. The Contractor shall complete the Wing Form 128 for all personnel working on base for this project. The information required includes full legal name, social security number, date of birth, gender, and race. Allow up to 2 weeks for the approval process. AMENDMENT 001: The Site Visit for this requirement has been moved to Wednesday, 22 August at 10:00PM EST, and the quote deadline has been moved from Friday, 24 August at 3:00PM to Tuesday, 28 August 2018 at 3:00PM. Interested vendors who have already responded need take no further action, however interested vendors who have not responded will still need to respond with names and drivers license info of visitors planning to take part. All other terms and conditions remain unchanged
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-2/W912KC8204AW01 /listing.html)
 
Place of Performance
Address: 300 TANKER RD, CORAOPOLIS, Pennsylvania, 15108, United States
Zip Code: 15108
 
Record
SN05043964-W 20180819/180817231243-8536fd2931fecb966a7e505dc6213525 (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.