Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
MODIFICATION

Z -- FIRING RANGE CLEANUP

Notice Date
9/30/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F73SPS32301800
 
Response Due
10/17/2003
 
Archive Date
10/31/2003
 
Point of Contact
Shawn Edwards, Contract Specialist, Phone 334-953-5611, Fax 334-953-3527,
 
E-Mail Address
shawn.edwards@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is Ammendment 1 to RFQ#F73SPS32301800, The response date has been extended to 13 October 2003 to allow time to schedule a site visit for interested contractors. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Purchase Request number is F73SPS32301800 as a Request for Quote using Simplified Acquisition Procedures. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the cleanup of the Installation firing range to include: cleanup of backstop area, changing filters, buckets, cleaning of bullet traps and DCU?s In Accordance With the attached Statement of Work. This request is advanced planning for Fiscal Year 04 and will be awarded upon funds availability. This acquisition is 100% set-aside for small business. The North American Industrial Classification System Code is 562211 with a small business size standard of $10,500,000.00. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Oct 2000) applies to this acquisition. Submit signed and dated proposals on company letterhead. The Government will make an award to the lowest priced, responsible, contractor whose proposal conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2002), and DFARS 252.212-7000, Offeror Representations and Certifications/Commercial Items (Nov 1995) with the proposal. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is incorporated into this RFP; 52.219-6, Notice of Total Small Business Set-Aside and 52.219-6 Alternate I, Notice of Small Business Set-Aside (Jul 1996). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Report on Disabled Veterans, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer/Central Contractor Registration; 52.228-5 Insurance ? Work on a Government Installation; 52-232-18 Availability of FY 04 Funds also applies. DFARS 252.204-7004, Required Central Contractor Registration. AFFARS 5352.223-9001 Health and Safety on Government Installations applies. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-3527, ATTN: TSgt Shawn Edwards, or emailed to shawn.Edwards@maxwell.af.mil. Reference the Purchase Request number. Please email or fax any questions/comments to Shawn Edwards (fax and email information above). Quotes are required to be received no later than 4:00 PM CST, Friday, October 3, 2003 STATEMENT OF WORK FOR MAXWELL AIR FORCE BASE, ALABAMA LEAD REMOVAL FROM BASE FIRING RANGE BULLET-TRAP SYSTEM AT BLDG 1318 Control # BY MAXWELL AIR FORCE BASE 42D SECURITY FORCES SQUADRON SEPT 03 STATEMENT OF WORK 1. DESCRIPTION OF WORK: 1.1 Work to be done: The work to be performed under this contract and in accordance with these contract documents, shall consist of furnishing all necessary parts, labor, materials, transportation and constructing, installing and performing all work shown and described in the contract documents, all of which are made a part thereof. 1.2 Character of Work and Mechanics: The work shall be executed in the best and most workmanlike manner by qualified, careful, and efficient mechanics skilled in the trade, and in strict accordance with the contract documents and standards of the industry. 1.3 Location: Maxwell Air Force Base is located in Montgomery County, in Montgomery, Alabama. The project is for lead removal and inspection/preventative maintenance for the Bullet Trap Dust Collection Unit (DCU) and the Total Containment Trap II (TC2), to include filter changing and repainting areas from the bullet-trap system at the, Base Firing Range. The Base Firing Range is located at Bldg #1318 March Street. 2. PRINCIPAL FEATURES: 2.1 All work shall be coordinated with the Security Forces Squadron, Civil Engineer Environmental Flight and Base Contracting through the Contracting Officer. Contractor will give, as a minimum, 30-day notice prior to scheduling maintenance and at least a 3-day notice for rescheduling. 2.2 The Base Firing Range, building 1318, has 2 (two) DCU and 1 (one) TC2. 2.3 The contractor shall perform the following: 2.3.1 Inspection and preventive maintenance of 2 (two) DCU?s and 1 (one) Total Containment Trap II following manufacturer approved guidance (see owner?s manual). An inspection report stating components inspected and their condition will be submitted for each unit. The DCU consists of several components (see figure 2 in owner?s manual): the blower unit, the filter bank, the collection drum and the collection manifold. The collection manifold consists of a main collector tube, which is fed by individual tubes, which connect to each bullet trap chamber module. 2.3.2 The DCU and TC2 collector filters and containment cannisters will be cleaned and emptied. All contractor provided filters will be replaced with manufacturer (Action Target) approved replacement filters according to the owner?s manual. Requirements will include the following: 1) remove the containment cannisters from the bullet-trap, empty and clean them; 2) all containment cannisters and other potentially contaminated surfaces will be cleaned utilizing a High Efficiency Particulate Air (HEPA) vacuum; and 3) ensure the containment cannisters and filters are securely re-attached to the bullet-trap system. 4) The de-acceleration plates on the TCTII will be moved and all lead removed from inside this chamber area. The removed plates will have to be re-installed and sealed used a silicon sealant. 2.4 Requirement will include the following: 24.1 Clean all surfaces of the firing range to include the firing points, all concrete covered surfaces, and walls utilizing a High Efficiency Particulate Air (HEPA) vacuum; 2) all potentially contaminated surfaces will be cleaned with Tri-Sodium Phosphate (TSP); 3) Repaint the upper and lower deflector plates on the TC2 (see figure 1 in TC2 section of owners manual). 4) clean and repaint range side walls using a sound reducing paint. Both Walls and TC2 should be painted a flat grey. 2.5 The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any federal, state, municipal and Maxwell AFB laws, codes and regulations applicable to the performance of the work. The contractor shall also be responsible for all materials delivered and work performed until completion and acceptance by the Government of the entire work, except for any pre-completed unit of work which may have been accepted under the contract. 2.5.1 All work will be supervised by a Alabama licensed Lead Abatement Supervisor. The contractor must be a licensed Lead Abatement Contractor in the State of Alabama, insured and bonded. Trained lead-abatement workers will perform all cleaning in the appropriate protective equipment (Tyvek, respirators, gloves, etc.). 2.5.2 Contractor will remove lead dust/debris in an environmentally safe manner, adhering to all local, state, federal and Maxwell AFB guidelines. The lead dust/debris will be placed in contractor provided Department of Transportation (DOT) approved containers and turned over to the 42 SFS/SFT for proper disposal through Base Environmental 482 CES/CEVP). Concurrent air monitoring will be conducted during all removal activities. Clearance sampling will be conducted upon completion of washdown activities. The contractor will dispose of all non-hazardous waste in an environmentally safe manner at no additional cost to the Government. 3. WORK HOURS, UTILITY OUTAGE, AND SPECIAL CONDITIONS: 3.1 Work hours shall be 7:30 a.m. to 4:30 p.m., Monday through Friday exclusive of Federal holidays. Work may be permitted on Federal Holidays, weekends, or after 4:30 p.m. daily at the option of the government and at no additional cost to the government. Written notice must be submitted to the Contracting Officer at least 24 hours before the start of the scheduled work and with permission from the Contracting Officer. 3.2 Utility Outage: When an extended utility outage is necessary to perform the contract work in an occupied facility, regardless of whether the work area is occupied, the outage shall be performed by the contractor during non-duty hours at no additional cost to the government, unless otherwise approved by the Contracting Officer. The contractor shall give written notice two weeks in advance of scheduled outage. 3.3 Special Conditions: Not used. 4. BASE FIRE REGULATIONS: 4.1 The contractor shall comply with Base Fire Regulations. The contractor shall use no explosives or fire in performing the work. Contractor shall understand and comply with welding and cutting requirements in AFOSH Standard 127-5, dated 18 May 81. 4.2 Coordination has been made with Maxwell AFB Fire Department in the event of an emergency and rescue services will be provided if requested by the contractor. If contractor will be providing their own rescue services, coordinate with the Project Manager prior to start of scheduled work. 5. ENVIRONMENTAL REQUIREMENTS: 5.1 Compliance with Laws: The contractor shall comply, and ensure all subcontractors comply, with all applicable federal, state, local laws, regulations, ordinances and standards related to environmental matters. The contractor shall also comply and ensure all subcontractors comply with all specific instructions or directions given to the contractor by the Project Manager regarding environmental matters. 5.2 Hazardous and Special Wastes Generated by the Contractor: The contractor shall identify, characterize, and containerize hazardous wastes in strict accordance with federal guidelines found in the Code of Federal Regulations, Title 40 (40 CFR) parts 260-270, state guidelines, Industrial Solid Waste and Municipal Hazardous Waste Regulations, all local guidelines, and as specified. Asbestos containing waste (special) shall be identified, characterized, containerized, and disposed of in strict accordance with federal guidelines found in the Code of Federal Regulations, Title 40 (40 CFR) part 61 subpart M. All lead dust/debris will be placed in contractor provided Department of Transportation (DOT) approved containers and turned over to the 42 SFS/SFT for proper disposal through Base Environmental (42 CES/CEVP). 5.3 Hazardous Waste Encountered by the Contractor: The contractor shall notify the Contracting Officer upon encountering any material not identified in the contract documents thought to be hazardous that could jeopardize the safety of workers or personnel in the area. The government shall be responsible for characterization, transportation, storage and disposal of the waste if necessary. 5.4 Hazardous Materials: The contractor shall submit form AF-3952s to CES/CEVP through the Contracting Officer for approval for all hazardous materials to be used in performance of this contract before transporting any hazardous materials onto base property. The contractor shall provide 42 CES/CEVP through the Contracting Officer, a Material Safety Data Sheet (MSDS) for each Hazardous Chemical listed in OSHA Hazard Communication Standard 29 CFR 1910.1200. Approval must be granted before the contractor can transport any hazardous material onto base property. In addition the contractor shall observe proper storage practices for hazardous materials stored on base. 5.5 Nuisance and Polluting Activity Prohibited: Polluting, dumping, or discharging of any harmful, nuisance, or regulated materials (such as concrete truck washout, vehicle maintenance fluids, residue from saw cutting operations, Solid Waste and Hazardous Substances) into building drains, site drains, streams, waterways, holding ponds or to the ground surface shall not be permitted and the contractor shall be held responsible for any and all damages which may result. Further, the contractor shall conduct activities in such a fashion which avoids creating any legal nuisance, including but not limited to, suppression of noise and dust, control of erosion, and implementation of other measures as necessary to minimize offsite impacts of work activities. 5.6 Class I Ozone Depleting Chemicals (ODC) certification. This supply/service does not require the use of Class I ODCs identified in the Air Force Policy in performance of this contract, nor does it require delivering these Class I ODCs in any items of supply or as part of any service. 6. SITE MAINTENANCE AND CLEANUP: 6.1 Site Maintenance: The contractor shall protect adjacent property, buildings, and their contents from dust, dirt, or other materials. Contractor is to wet down dry materials, settle debris and prevent blowing dust. Work areas shall be maintained in a neat, clean, and safe condition and shall, at a minimum, be cleaned at the end of each shift. Before completing the work, the contractor shall remove from the firing range and bullet-trap system any refuse, tools, scaffolding, equipment and materials that are not the property of the Government. Upon completing the work, the contractor shall leave the work area in a clean, neat and orderly condition satisfactory to the Contracting Officer. 6.2 Cleanup: The contractor shall collect all trash, debris, refuse, garbage, etc., which he/she generates and place it in appropriate containers with lids or approved covers on a daily basis. The aforementioned materials shall be hauled from the site by appropriate means on a daily basis, unless otherwise approved by the Contracting Officer. Disposal shall be outside the limits of government property. Disposal shall be by sanitary landfill or other approved methods and shall conform to all local, state, and federal guidelines, criteria, and regulations. 7. ENERGY CONSERVATION: 7.1 The contractor shall use good judgment in the conservation of government utilities. Prevailing energy conservation practices shall be adhered to and enforced by the contractor. 8. RESPONSIBILITY: 8.1 The above 1 through 7 summaries do not in any way limit the responsibility of the contractor to perform all work and furnish all labor, parts, materials, and transportation required by the contract documents referenced herein. 9. STORAGE AND PARKING: 9.1 Contractor storage and parking shall be in the vicinity of the job site as designated by the Contracting Officer. 10. TESTING PARAGRAPHS: All testing indicated in these contract documents to be performed by the government will be performed only at the option of the government. 11. SAFETY: 11.1 The contractor shall comply with all applicable Occupational Safety and Health Administration Standards, specifically 29 CFR 1910.146 (Permit Required Confined Spaces). Compliance with the American General Contractors' Safety Manual and Occupational Safety and Health Act shall also be a requirement of the contractor for this project. 11.2 The contractor shall not have or allow glass food or beverage containers on the construction site. Glass lined thermal containers are permitted when contained in an appropriate metal or plastic outer shield. 11.3 The contractor must obtain authorization to bring any nonexempt radioactive material (such as density gauges or moisture meters) onto Maxwell AFB by contacting the Nuclear Regulatory Commission, Region IV Office, using the NRC Form 241. Before bringing any radioactive material onto Maxwell AFB, a copy of the NRC Form 241 must be forwarded to 42 MG/SGPB. 12. 42 SFS/SFT PROJECT MANAGER: 42 SFS/SFTC TSgt William C. Knight Maxwell AFB, TX 36112-6610 Phone: (334) 953-6764 FAX: (334) 953-1769
 
Place of Performance
Address: MAXWELL AFB, AL
Zip Code: 36112
Country: US
 
Record
SN00444736-W 20031002/030930213120 (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.