SOLICITATION NOTICE
J -- 146 AW - SEWAGE LIFT STATION REPAIR.
- Notice Date
- 1/30/2006
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
- ZIP Code
- 93041-4011
- Solicitation Number
- W912LA06Q9003
- Response Due
- 2/23/2006
- Archive Date
- 4/24/2006
- 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. The solicitation, number W912LA-06-Q-9003 is issued as a Request for Quotation (RFQ).??? This RFQ document and incorporated provisions and clauses are those in effect through Federal Acq uisition Circular 2005-08 and Class Deviation 2005-00001 and Defense Federal Acquisition Regulation Supplement (DFARS) current through 20060123 Edition.???? This acquisition is a competitive and unrestricted action.?The SIC code is 1711, the NAICS code is 238220, the size standard is $12 million.??This solicitation is 100 percent set aside for small businesses.??The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: The following FAR and DFARS provisions and/or clauses are applicable to this procurement. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet .gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. If you are unable to access the web site, call Karen Wegner at (805) 986-7972, Fax: (805) 986-7946 or email karen.wegner@cachan.ang.af.mil. DFARS 252.204-7004, Alternate A (November 2003) applies. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information and/or t o register in the CCR. The provision at FAR 52.212-1, Instructions To Offerors -- Commercial Items (January 2006) applies. This provision contains the guidelines for submission of proposals/quotes. The provision at?FAR 52.212-2, Evaluation -- Commercial Items (January 1999) applies. The Government will award a contract resulting from the RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government. The following factors shall be used to evaluate offers: (a) past performance , (b) warranty, and (c) price. To evaluate past performance, the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluati on factors other than cost or price, when combined, are significantly less important than cost or price. The provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, (March 2005) applies. This provision is a fill-in and O fferors must complete all applicable portions and submit the completed copy with its quote. To obtain a copy, please contact Ms. Karen Wegner; phone - (805) 986-7972. NOTE: Vendor is required to use the web-based Online Representation and Certifications A pplication (ORCA) for this solicitation. If you are currently registered in the Central Contractor Registration (CCR), access your account in CCR, and enter a Marketing Partner ID Number (MPIN).?Then login to ORCA to add your ORCA record.?The ORCA website is http://orca.bpn.gov/login.aspx.?Your MPIN takes 24 to 48 hours, after your registration in CCR, to be activated in ORCA, so you are encouraged to complete this entire process in sufficient time so that your proposal can be submitted on time.?Other incor porated FAR, DFARS Clauses and Provisions apply are as follows: FAR 52.212-4, Contract Terms And Conditions -- Commercial Items (September 2005), 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (January 2006), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.2 22-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Dec 2005), 252.232-7003 Electronic Submission of Payment Requests (DEC 2003) (10 U.S.C. 2227), and FAR 52.247-34 FOB Destination. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certif ications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsite.hill.af.mil/.?If you are unable to access the web site, call Karen Wegner at (805) 986-7972, Fax: (805) 986-7946 or email karen.wegner@ca chan.ang.af.mil.??California, Ventura County, Wage Determination 1994-2071, Revision 26 applies to this solicitation. Site visit will be 08 FEB 2006, 9:00 a.m. PST for those interested.?Coord inate site visit with Karen Wegner no later than Monday, 06 Feb 2006 via e-mail:?karen.wegner@cachan.ang.af.mil. Parties responding to this RFQ may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information : 1) Companys complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), the companys CAGE code, Dun & Bradstreet Number, and Taxpayer ID number.?QUOTES MUST BE RECEIVED NO LATER THAN 3:00 PM, LOCAL TIME 23 Februar y 2006.?Offers will be accepted via e-mail (Karen.wegner@cachan.ang.af.mil) or via fax (805-986-7946) to the attention of Karen Wegner. Mailed documents will not be accepted. Statement of Work - Repair of Main Sewage Lift Station 1. Description of Services. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair the Base Main Sewer Lift Station, Facility 1408, at Channel Islands Air National Guard Station Port Hueneme, California. Wo rk shall comply with government and commercial standards. Presently, one submersible pump is operational in the facility. During heavy sewage discharge into the base lift station storage tank, the high sewage level alarm is activated. Both pumps were r eplaced under a contract in 1998 along with installing new lift chains and guide rails inside the tank. a. Clin 0001: Replace both Hydromatic Model S4KX 40HP 4 inch submersible pumps with same or equivalent pump assemblies. Electric motors will be of premium grade. Associated float switches will be replace and adjusted to current levels for proper ope ration of both pumps. Contractor shall demonstrate operation of both pumps with Government Inspector present before closing the tank access doors. Contractor shall submit to the Base Civil Engineer Submittals of the pump assemblies, electric motors, an d float switches for review and approval before purchasing. A Pre-Construction meeting will be conducted before work is accomplished on this contract. Contractor shall obtain a confined space operation permit from the Wing Safety Office before working in side the tank. Contractor will be responsible for submitting for proper base passes for all employees and sub contractors before repair. Contractor shall coordinated closely with the Base Facility Manager when the sewage lift station is taken out of serv ice. 2. General Requirements. The contractor shall provide all tools, materials, equipment, transportation, removal of debris and trash, supervision, and management (except as specified as Government Furnished) necessary to install, test, and repair facility s afety items located at Channel Islands Air National Guard Bas e, Port Hueneme, California. a. Any waste of excess material resulting from any contract requirement shall be removed and disposed of by contractor at a proper disposal site off Channel Islands Air National Guard Station. Disposal, discharge, deposit, dumping, spilling, leaking, or p lacing of any materials, wastes, effluents, trash, garbage, oil, grease, paint, chemicals, etc. If any waste material is dumped in unauthorized areas, the contractor shall remove the material, restore the area to the condition of the adjacent undisturbed site at contractors expense. b. The contractor shall comply with all Air Force, OSHA, and building codes requirements that are abiding by the Federal government, and State of California. c. Any additional work completed by the contractor without approval by the Contracting Office Representative, (COR) shall be at the contractor expense. d. The contractor shall submit material approval form to the contracting officer within 10 days of contract notice to proceed date. No materials shall be ordered without material approval of the contracting officer and the base civil engineer. (AF 3000 Ma terials Approval Submittal can be used). 3. Working Hours and Coordination of Work. The hours for this project shall be flexible between 7:00 AM to 4:30 PM. Monday through Friday, excluding federal holidays. NOTE: No work shall commence without prior coordination with the government inspector and the COR Work within each building shall not commence without prior coordination meeting of the building manger, the contractor, and government inspector. The contractor shall schedule and arrange work with the building facility manager at least two working days before beginning work. The contractor shall make every effort to minimize the interference and effect on the government mission. 4. Contractor Qquality Control. The contractor shall attend a pre-performance meeting arranged by the government prior to beginning work on this contract. The QC inspector shall attend meetings with the Contracting Officer or delegated representative to r esolve quality concerns and problems that may arise during course of this contract. 5. Contractor Licensing: The contractor shall be licensed by the state of California for industrial electrical installation. An original copy of this license shall be submitted to the Contracting Officer for verification during bid submission. 6. Service Personnel: Journeyman should be qualified in industrial plumbing and electrical trades shall accomplish all maintenance and repairs. All work shall be accomplished in conformance with the following specifications, plus all Federal, state, Loca l, Industrial, Manufacturing, Fire, Building, and safety Codes. 7. Material Safety Data Sheets, and Labels. The contractor shall maintain a copy of the Environmental Protection Agency or State Registered Labels, plus Material Data Sheets for all paints, primers, solvents, inhibitors, or solutions used in connection wi th this contract; Material Data Sheets are also required for all hazardous materials defined in federal Standard 313c. Identical back-up copies of these documents shall be given to the Base Safety Officer and the contracting Officer prior to the start of any work. 8. Government Furnished Facilities, Equipment, Material and Services. The government will furnish water and electricity at existing outlets for work to be performed under the contract at no cost to the contractor. The contractor shall provide and maintai n, at his expense, service lines and equipment necessary from existing Governments outlets to the site of work. 9. Government Remedies. The contracting officer will follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Oct 2003), for contractors failure to correct nonconforming services. 10. Safety and Health Standards. The contractor shall initiate and maintain programs to comply with the provisio ns of the Occupational Safety and Health Standards Act concerning entry requirements in confined spaces and handling potential hazardous substances. 11. Testing: Upon completion of repairs, contractor shall test and certify system is 100% operational in emergency status and all components are operational and in compliance of standards. 12. Security Requirements. The contractor shall be responsible for the security of his supplies, equipment, and vehicles. All contractor personnel and vehicles shall be subject to search and seizure upon entering, while on, and leaving the installation of Channel Islands Air National Guard station. 12.1. Physical Security. Contractor shall be responsible for safeguarding all government furnished property. 12.2. Force Protection Requirements. Contractor and employees will be required to complete 146 AW Base Security Access form before contract performance. 12.3. Comply with all applicable security conditions. The contractor will be provided guidance and appropriate instructions regarding these conditions at the pre-performance meeting. 12.4. Contractor Personnel. Contractor shall identify to Contracting Officer (CO), a point of contact who has full authority to act on behalf of contractor on all operational aspects of the contract. 12.5. Security Police and Fire Protection. Emergency services provided through the base by calling Security Forces Control Center (SFCC) at (805) 986-7440 12.6. Security. The contractor shall be responsible for obtaining all necessary cards, passes, badges, buttons, decals, or other items required for access to the areas in which the work will be performed. Contractor will provide a list or lists of author ized personnel two weeks prior to notice to proceed. Changes to list will go through the base contracting office or directly to Pass and Id if contracting office is not available. Changes to personnel will not be valid until approved by Pass and ID. Emer gency personnel changes authorized when coordinated through Base contracting or Pass and ID in advance. Phone number to Pass and ID is 805-986-7443. Upon completion or termination of the contract, the contractor shall return all passes and badges to the Security Forces Squadron. 12.7. Special Qualifications. Contractor vehicles shall have the company name/logo prominently displayed whenever possible. Company and POV vehicle information will provided at least 1 day prior to arriving at Channel Islands Air Guard Station. 12.8. All vehicles operated by the contractor shall be in good operating condition and meet all local, state and Federal safety, licensing and operating requirements. Contractor personnel comply with base traffic regulations. Personnel operating vehicle s (by the contractor) shall meet all local, state and Federal licensing and operating requirements. 12.9. All contractor personnel will be fingerprinted in accordance with applicable guidelines established by the United States Air Force and the California Air National Guard. 13. Site Visit. Offerors are encouraged to attend the site visit on 08 FEB 2006 at 09:00 a.m. There will be only one site visit. Attendees will meet at Channel Islands Air National Guard Station, Civil Engineering Squadron, 113 Mulcahey Drive, Port H ueneme, CA 93041-4013. Attendees are required to request a security visitors form to Karen Wegner at phone (805) 986-7972; e-mail: karen.wegner@cachan.ang.af.mil at phone not later than 06 FEB 2006, 12:00 p.m. If unable to attend the original site vi sit, a site visit may be scheduled with the Base Contracting Office at (805) 986-7970/7972. Facsimile Number: (805) 986-7946.
- Place of Performance
- Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
- Zip Code: 93041-4011
- Country: US
- Zip Code: 93041-4011
- Record
- SN00976153-W 20060201/060130213009 (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 |