Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2007 FBO #1983
SOLICITATION NOTICE

56 -- Relocation of T-1 Shelters

Notice Date
4/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3P3D17052A1
 
Response Due
5/4/2007
 
Archive Date
5/19/2007
 
Description
STATEMENT OF WORK FOR RELOCATION OF T-1 AIRCRAFT SHELTERS 1.0 INTRODUCTION 1.1. BACKGROUND: The requirement calls for the mobile relocation of 20 T-1 shelters. 1.2. PURPOSE: Randolph AFB TX has had a resent increase of assigned aircraft resulting in the realignment of aircraft parking and shelters. This effort calls for the mobile relocation of the T-1 shelters complex four rows of five shelters for twenty aircraft to include all subcomponents with in the shelter structure. 1.3. PERSONNEL: Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company and employee?s name. 1.4. QUALITY CONTROL: The contractor shall insure that all work performance under this Statement of Work (SOW) in paragraph 2 requirements. 1.5. PHYSICAL SECURITY: a. The contractor shall obtain vehicle passes for each vehicle used on Randolph AFB during the performance period. The necessary applications for vehicle passes can be obtained by contacting the Base Contracting Office at (210) 652-5176. The completed applications are then processed through the Security Police, building 235, Randolph AFB. The contractor will also be responsible for obtaining flight line passes from the Aircraft Maintenance Vehicle Control Office in hangar 16 (210) 652-2563 and Base Operations in building 8. The contractor will need to provide names, social security numbers, photo I.D. and valid drivers license?s of all individuals working on the flight line. b. The contractor shall be responsible for safeguarding all government property provided. At the close of each work period, facilities, equipment and materials shall be secured. c. The contractor shall prohibit the use of any government issued keys by any persons other than the contractor?s employees. The contractor shall prohibit the opening of locked areas by his employees to permit entrance of persons other than the contractor?s employees engaged in the performance of assigned work in those areas. When the contractor is given the number to any combination lock, he shall ensure that those combinations are not revealed to unauthorized persons. 1.6. HOURS OF OPERATION: Normal duty hours are Monday through Friday from 7:30 AM to 4:15 PM. Special permission may be obtained to work other than normal duty hours, provided it is at no additional cost to the government. 1.7. CONSERVATION OF UTILITIES: The contractor shall instruct his employees in utility conservation practices and shall be responsible for operating under conditions, which preclude the waste of government utilities. 1.8. GENERAL TASK: The site will be maintained to prevent material or debris from migrating outside of the work area due to normal activity and normal wind conditions. If notified of material or debris outside of the work area due to unusual activity or weather conditions, the contractor will coordinate with Airfield Management to ensure aircraft movement and aircraft maintenance operations are not effected. The contractor shall ensure daily cleanup is accomplished to ensure possible FOD material is secured to prevent migration outside of the site. 2.0. REQUIREMENTS 2.1. BASIC SPECIFICATION OF SYSTEM: The T-1 shelters presently located on east ramp at hangars 5,6 and 7 with the physical locations being rows 8 through 12 are to rolled as single units and reattached to existing piers at the south end of the east ramp hangars 15 and 16; rows 16 through 20. Due to high replacement value of these shelters the contractor will have to provide the necessary bond coverage for damage/replacement. In addition to the bonding requirement each shelter move will be regarded as an independent contract; follow on awards will be based on review of structure integrity, placement accuracy and customer satisfaction. 2.2. DESIGN SPECIFICATION: The existing T-1 shelter located at rows 8 through 12 are to be relocated one row at a time by lifting/securing and placing mobile chassis under the shelter structures and moving them their predetermined new location rows 16 through 20. The shelters will be moved intact with all lights and subcomponents within or on the shelter; note items such as electrical circuit panels, grounding connections, T-1 CASS systems and CASS (4 inch thick) ground slabs will be disconnected and reinstalled by the base IDIQ electrical contractor. The moving contractor will be required to provide drawings of the moving chassis and single point tow bridle (which attaches to the tow vehicle and structure/chassis) to CE for review prior to the move. There will be no welding, flame cutting or fabrication of components on site. In the event there is an emergency need for welding a bracket the necessary licenses will need to be approved and obtained from the Base Fire Marshal and Air Field Manager before any action can be taken. The moving contractor will be required to lift the 325 ft long by 55 ft wide structure in one simultaneous slow lift with minimal deflection to the structure and roof. Once the structure is secured and ready to move the old ground attachment point are to be ground smooth to the ramp (below the service). The contractor will be required to provide adequate weight bearing cover matting to cross the DV Red Carpet area in the event the shelters should have to travel over it. As the structure moves down the ramp the contractor will have the necessary personnel and tie down equipment to secure the shelter to the ramp in the event a situation should arise. The structure is to be moved in such a manner that the tow speed should be slow enough to prevent any twisting, waiving, or material deflection of the structure. Upon the arrival of the shelter at its location the contractor will be responsible for aligning the shelter with the existing pier locations and the alignment with the T-38 shelters at the north end of the east ramp, and reattach it to the ramp. The contractor is required to use the same grade anchor bolts as original manufacturing materials in securing the shelters attachment points. After the shelter is secured in place truss, vertical stanchions, horizontal and knee bracing will be randomly re-torque to original manufactures specifications. During the moving process the contractor shall temporally anchor the shelter to the existing concrete ramp if the shelter could be damaged from unexpected wind conditions. During the moving process and after anchored to the final pier locations the entire structure (including, but not limited to bolts, fasteners, and screws) must withstand wind gust of 120+ mph. The contractor will also be responsible for any and all touch up paint associated with the move. 2.4. HAZARDOUS AND/OR TOXIC MATERIALS: Any Hazardous Materials shall be used in accordance with Federal Acquisition Regulation (FAR) Clause 52.223-3 and AFI 32-7086, Hazardous Materials Management. Any and all hazardous/toxic materials brought to the job site shall require manufacturer-specific Material Safety Data Sheets (MSDS) (FAR 52.223-03, the clause entitled Hazardous Material Identification and Material Safety Data). A listing of hazardous materials is provided in FED-STD-313A, Appendix B, paragraph S20.3.1. This is a comprehensive listing and does not release the Contractor from identification, proper handling of hazardous/toxic materials, and submittal of the appropriate MSDS to assure adequate safety and protection of life and property. a. All hazardous materials to be used in the project shall be coordinated through the Randolph AFB Base Contracting Office, 12 LGC/LGCA, (210)652-5169. A copy of all Manufacturer specific Material Safety Data Sheets (MSDS's) shall be furnished to the Contracting Officer a minimum of 10 calendar days prior to the delivery of the materials. This includes any material in a liquid, gel or semi-solid state. Additionally, the size and/or weight of each container must be provided with the MSDS. The Installation Hazardous Materials Program (IHMP) Management Office, located in Hangar 62, is responsible for the approval of all hazardous Materials proposed in the project. This requirement is mandatory on all projects, as all hazardous materials used on Randolph AFB must be documented and tracked to meet all Environmental Reporting requirements. b. Once all MSDS?s have been reviewed, an inventory listing will be provided to the Contractor to use for tracking and consumption purposes. The inventory list will include the stock number, nomenclature, manufacturer, container size, estimated quantity to be used, contract number, contract quality assessment evaluator's name or government point of contact, and contract performance period. Notify 12 MSG/CEV when such chemicals/materials are being used and the quantity that will be brought on base. At this point the contractor and the IHMP office will coordinate on reporting increments to collect consumption data throughout the contract period. 2.5. INSTALLATION: The contractor shall be required to install the shelters and associated safety and construction equipment which include flight line construction barricades, as directed by air field management and the contracting officer. Barricades are required around the staging of the shelter being moved and at the final location after the shelter is in place. Work shall be coordinated between all interested parties at a pre-installation meeting prior to mobilization. All installation will be conducted in a manner that limits disruption of operations, and will be in accordance with base safety and security requirements. Due to limited ramp space, the contractor must have some flexibility to adapt to a phased construction schedule, e.g. row 12 moves to row 20 followed by the next sequenced row. The contractor may also be required to work overtime due to weather delays or scheduling completion time delays. The contractor should provide an hourly overtime rate for the crew and mobility cost for layout of shelter attachment points. 3.0. PERIOD OF PERFORMANCE: Not to exceed 90 days after receipt of order. 4.0. POC: The point of contact for this project, if you are intersted in submitting a proposal, please contact SrA Darveaux at Anthony.Darveaux@Randolph.af.mil or Mrs. Rhonda Chavez, Rhonda.Chavez@Randolph.af.mil 210-652-5176
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01284002-W 20070502/070430220426 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.