Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2003 FBO #0509
SOLICITATION NOTICE

S -- Pressure Wash Exterior Siding of Commando Village Housing Units

Notice Date
4/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
F08620-03-Q-S723
 
Archive Date
5/15/2003
 
Point of Contact
Sonja Ervin, Contract Specialist, Phone (850) 884-1270, Fax (850) 884-5372, - Benjamin Stoeser, Contracting Officer, Phone (850) 884-3262, Fax (850) 884-5372,
 
E-Mail Address
Sonja.Ervin@hurlburt.af.mil, Benjamin.Stoeser@hurlburt.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. This solicitation/synopsis reference number is F08620-03-Q-S723 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is 100% set-aside for Small Business Concerns. The associated NAICS code is 561790 with a $6.0 million size standard. Contractors shall submit a lump sum proposal for all labor and materials included in this project. STATEMENT OF WORK FOR CLEANING VINYL SIDING (COMMANDO VILLAGE HOUSING AREA; 74 QUAD UNITS & 2 DUPLEX UNITS). 1. Description Of Services. The contractor shall provide all management, licenses, tools, supplies, equipment, transportation and labor to perform vinyl siding cleaning of 74 quad, and 2 duplex, two story housing units at Commando Village Housing Area located near Hurlburt Field. 1.1. Scope of Work. This cleaning treatment shall consist of using a high pressure washer with a detergent that contains a minimum of 4 percent chlorine solution to remove all dirt, mold, and mildew on all exterior vinyl siding, soffits, and fascias. Cleaning shall be done in a professional and environmentally sound manner to prevent damage to housing units, automobiles, occupant?s personal property, and existing plants and bushes. 1.1.1. INITIAL SURVEY. The contractor shall conduct an initial survey of the housing area to establish a work schedule and starting point for work to begin. 1.1.2. BASIC SERVICES. The contractor shall perform an initial survey on all housing units in Commando Village, Bldgs. 93301 through 93660. Contractor shall make provisions for a method of being contacted by occupants that have a problem with meeting a scheduled appointment. The contractor will work with occupants that have irregular work schedules to ensure all units are cleaned properly. The contractor shall notify housing occupants a minimum of 48 hours in advance of any work. The contractor shall establish a safe perimeter around all work sites to control entry while cleaning is taking place. The contractor shall schedule all treatments with the housing occupants or the housing office for vacant units. 2. CONTRACTOR REQUIREMENTS: 2.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for daily operations, and all work performed under this contract. The names of the manager, and an alternate who shall assume management duties when the manager is absent shall be designated in writing to the contracting officer prior to the contract start date. The contract manager shall be available for call during the hours mentioned in paragraph, 3.3., and shall provide phone number(s) to make contact. 2.2. Contract Employees. The contractor agrees to utilize responsible capable employees in the performance of tasks on this contract. The contractor may be asked to remove persons who pose a threat to the health, safety, or security of the installation. Contractor personnel while on duty shall be easily recognized as contractor employees. The contractor shall provide each employee with an identification badge that shall include the employee?s name, photograph, and contractor?s name. Identification shall be worn or attached to the outer garment at all times. 2.3. Contractor Motor Vehicle Operation. Contractor employees operating motor vehicles on the installation shall posses a valid state drivers license. 2.4. Licenses/Certification. The contractor shall provide proof to the contracting officer of applicable state and local licenses and insurance prior to start of work. 2.5. Reports. Contractor shall complete a daily cleaning report and submit to the QAP (Quality Assurance Personnel) at the end of each week. The following information shall be included in the report: Date, time, address, labor hours, name of licensed worker, detergent name, amount of concentrate used, and any applicable remarks. 2.6. Warranty of Work. The contractor warrants at the completion of work all vinyl siding, soffits, and fascias shall be free of any dirt, mold, or mildew. The contractor shall make restitution at the contractors expense for any damages to Government owned, or controlled real and personal property. 3. Government Requirements. 3.1. Government Furnished Property and Services. The government will provide electricity and water for performance of services as needed. Use of these utilities will be approved and monitored by government personnel and shall be conserved by contractor. 3.2. Government Inspections. The Government inspector or a quality assurance person will be designated to inspect work performed by the contractor. The contractor work will be evaluated according to the contract, this statement of work, and the product manufacturer?s data. Observations that indicate improper or questionable performance will be brought to the attention of the contractor?s representative for corrective action. The contractor shall correct the condition at no additional cost to the Government 3.3. Hours of Operation. The contractor shall establish a work schedule, which requires work to be performed between 0800-1700 Monday through Friday. 3.4. SAFETY REQUIREMENTS: The contractor shall comply with all appropriate safety requirements to meet state and local industry standards. The contractor shall ensure safe working conditions for contract personnel and a safe environment for the occupants of Base Housing Area. 3.5. Submittals: The contractor shall submit the work plan, schedule, and type of chemical solvent/detergent that will be used with the percentage of chlorine that it contains to the CO for approval at least 48 hours prior to start of cleaning operations. The CO will approve all material submittals prior to the start of work. 3.6. Final Inspection. The contractor shall request a final inspection from the QAP after all work sites and lay-down areas have been cleaned, and restored to original condition. Delivery time is sixty days (60) after issuance of order. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price. The Government will evaluate offers for award purposes for the total price for the requirement. Government reserves the right to award without discussion. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414. DFAR 252.246-7000 -Material Inspection And Receiving Report, FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 94-2121 (Rev.23) apply to this solicitation. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires is filled in as follows: Employee Class: 11360, Monetary wage-Fringe Benefits: WG-3 -$11.64/$3.25. FAR 52.253-1 -Computer Generated Forms and DFAR 252.204-7003 -Control Of Government Personnel Work Product. also apply. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 30 April 2003 no later than 4:00 PM Central Standard Time. Requests should be marked with solicitation number F08620-03-Q-S723 Addressed to SSgt Sonja M. Ervin, Contract Specialist, Phone 850-884-1270, fax 850-884-2041, email address sonja.ervin@hurlburt.af.mil or Benjamin Stoeser, Contracting Officer, Phone 850-884-3273, email address benjamin.stoeser@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://16CONS.hurlburt.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: Hurlburt Field FL
Zip Code: 32544
 
Record
SN00308453-W 20030423/030421213514 (fbodaily.com)
 
Source
FedBizOpps.gov 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.