SOLICITATION NOTICE
99 -- Wash Rack System for Royal Oaks Golf Course
- Notice Date
- 7/28/2006
- Notice Type
- Solicitation Notice
- NAICS
- 811192
— Car Washes
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-06-Q-0025
- Response Due
- 8/28/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is issued as a Request for Quotation (RFQ), solicitation number FA4625-06-Q-0025. This is a 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 811192. The Small Business Size Standard is $6.5 MIL. A site visit will be held at the Royal Oaks Golf Course at Whiteman AFB, MO Aug 11, 2006 at 9:00AM. The point of contact for this site visit is Amn Daniel Blackmore at (660) 687-5431. --------------------------- --------------------------------------------------STATEMENT OF WORK-------------------------------------------------------------------------------------------- PURCHASE AND INSTALLATION OF WASH RACK SYSTEM FOR THE WHITEMAN AFB GOLF COURSE CLUBHOUSE The scope covered by this statement of work consists of the Contractor providing all labor, equipment, materials (except those specified as Government furnished), travel, field fact finding investigations, and field surveys, to furnish a complete wash rack system for Whiteman Air Force Base. The contractor is required to investigate the existing location of the wash rack to ensure a complete understanding of the work requirements. The contractor will not be reimbursed for expenses incurred while investigating the work prior to submitting a quotation or offer. a. The contractor shall select the appropriate new wash rack components, remove and dispose of the existing wash rack and install a new wash rack system equal to or exceeding the Water Maze?, Water Treatment Systems, Discharge System, Model Number CLB-600D. Some components needed for the new wash rack to work sufficiently could include but are not limited to: pre treatment tank, auto purge system, polishing tank for additional digesting, hydro screen system to include bracketing, grass dumpster, sump pump, and biostax microbes. Contractor is to provide with their quote existing literature to the government on the wash rack system selected for use if other than the one named above. This information will only be used to enable the government to determine if the proposed system meets or is equal to the Water Maze system. b. Replacement of some or all existing concrete, catch basin, and wiring is anticipated and could be necessary. Area already has concrete slab that slopes to an existing catch basin. Scope of work consists of an area approximately 21' X 26' in diameter. Contractor shall provide any facility alterations, electrical connections and repairs to the existing facility and concrete pad necessary to support the installation of the wash rack system and ensure its full operation. c. The wash rack system must be fully capable of filtering any and all materials through a microbiological breakdown of materials in the system before material can be released back into the environment. d. All work schedules will be coordinated between the Contracting Officer, Base Civil Engineers, and the Contractor prior to start of work. All work must be accomplished in such a manner that minimum inconvenience will be caused to the using agencies. A work schedule shall be submitted to the Contracting Officer and approved prior to start of work at the job site. Approved schedules will not be changed without prior Contracting Officer approval. A pre-performance meeting will be scheduled prior to work start to coordinate the actual start, conduct and completion of work. Contractor will bring the initial set of project working drawings to the meeting for review. e. Drawings: At completion of the work, 2 sets of all as-built, shop drawings, system specifications, operating instructions and warranty information will be provided by the contractor to the government inspector. The Contractor shall produce and maintain one set of drawings at the work site and record all changes and any hidden or subsurface data discovered during any part of installation and construction. The contractor shall provide a marked up blueline copy with all changes which transpired during the contract. This copy will be given to the government prior to the final inspection. f. Training: Contractor shall provide operator training. At a minimum training will include: Operating the new system and daily, weekly, seasonal or yearly operator care and maintenance requirements. g. All Contractor equipment to be used on-base shall be safe and in good operating condition. The contracting officer reserves the right to inspect anyon-base equipment and reject such equipment if he/she considers it unsafe, in poor operating condition, or inappropriate for work. h. Limits of Authority: Only the Contracting Officer is authorized to make changes to the terms and conditions of the contract. Inspector: The Civil Engineering Inspector is authorized to inspect and accept work performed under this contract. 1. Contractors operating on base will be responsible for briefing and ensuring employees adhere to traffic rules and regulations. The foreman, job supervisor and other personnel providing workman leadership will, when possible, ensure the workers comply with these rules and regulations. Individuals are to obey all entry procedures. All instructions given by Security Police personnel on the entry points (gates) will be complied with immediately. J. Utilities: The Contracting Officer has determined that Government operated utilities are adequate and will be furnished to the contractor without charge where existing outlets are available. Contractor is responsible for installing temporary service outlets. k. Environmental: The contractor and its subcontractors shall handle, transport, store, and dispose of all waste materials generated by any work under the contract performed on a government installation in accordance with all applicable federal, state, or local laws, ordinances, regulations, court orders, or other types of rules or rulings having the effect of law, including, but not limited to Executive Order 12088, 13 October 1978; the Federal Water Pollution Control Act, as amended (33 USC Sec 1251 ET SEQ); the Clean Air Act as amended (42 USC Sec 1857 ET SEQ); the Endangered Species Act, as amended (16 USC Sec 1531, ET SEQ); the Toxic Substances Control Act, as amended (15 USC Sec 2601, ET SEQ); the National Historic Preservation Act, as amended (16 USC Sec 470, ET SEQ); the Solid Waste Disposal Act, as amended (42 USC 6901 ET SEQ); and the Archaeological and Historic Preservation Act, as amended (16 USC Sec 469, ET SEQ). All waste generated under this contract shall be removed to a State of Missouri approved dump site off-base at no additional expense to the Government.------------------------------------------------------------------------------------------ BID SCHEDULE: LINE ITEMS --------------------------------------------------------------------------- 0001 Wash Rack System (1 EACH) to include all necessary parts .__________________ 0002 Remove/dispose of existing wash system (1 EACH).____________________ 0003 Installation of New System (1EACH)_________________ 0004 Modification/Alteration to existing building/facility (1 EACH)__________________ 0005 Provide Operation Training and as built drawings and equipment manuals (1 EACH) _______________________ Total: [I U.\J Please provide proposed delivery date and FOB________________. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(14-20), (b)(24)(i)(ii), (b)(26), (b)(31), and (e); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. DFARS Clause 252.204-7004, Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. FAR provision 52.237-1, Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR Provision 52.237-2 The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor?s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Award will be based on the lowest overall price to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of Amn Blackmore. NOTE: Quotations must be received by 28 Aug 2006, 12:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. The primary consideration in evaluation of quotes received will be overall total cost.
- Place of Performance
- Address: Royal Oaks Golf Course, Whiteman AFB, MO
- Zip Code: 65305
- Country: UNITED STATES
- Zip Code: 65305
- Record
- SN01100470-W 20060730/060728220614 (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 |