Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

99 -- Grey Army Airfield Obstruction Survey

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-T-0019
 
Response Due
6/21/2007
 
Archive Date
8/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of a commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the onl y solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-T-0019 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and DCN 20061004. This requirement is set aside 100% for small business. The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill. af.mil. Telephonic inquires will not be accepted. A NAICS Code of 541360 and a corresponding size standard of $4M is applicable. The description of the commercial services is for Airport Obstruction Survey Services and reads as follows: CLIN 0001, 1 Ea ch, Planning; CLIN 0002, 1 Each, Ground Survey; CLIN 0003, 1 Each, Analysis; CLIN 0004, 1 Each, Publication; CLIN 0005, 1 Each, Photogammetrist; CLIN 0006, 1 Each, Other Direct Costs which likely would include Travel, Per Diem, Rentail Vehicle, and Inciden tal Costs; CLIN 0007, 1 each, Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. Past Performance information is required in accordance with the format contained in the attachments to this quote, available at the F ort Lewis Web Site: http://www.lewis.army.mil.doc/ Any contract entered into resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449. Statement of work is as follows: GENERAL REQUIREMENTS. 1.1 The contractor shall provide professional services to complete an FAA 405 Obstruction Chart (AOC) survey for Gray Army Airfield (KGRF) at Fort Lewis, Washington. 1.2. The Scope of Work shall generally involve a geodetic survey and positioning of existing airfield conditions including location of Navigational Aids, Runway Ends, vertical profiles of runways, and creation of an airfield obstruction chart. The survey will be conducted and obstruction chart will be updated in accordance with FAA Number 405, Fourth Edition. 1.3. The Scope of Work requires performance of the following work: 1.3.1 Verify WGS-84 positions of one (1) Primary Airfield Control Station (PACS) and two (2) Secondary Airfield Control Stations (SACS). Station Identifiers as noted in 2002 are KGRF-A, GPS-3, and GPS-4. Verify positions of Ends of Runways (EORs) 15 and 33. Verify positions of on-site NAVAIDS: Two Non-Directional Beacons (NDB's),Airport Beacon, Air Surveillance Radar (ASR), Precision Approach Radar (PAR)system, ILS System Components (GS Antenna, Localizer, DME, Middle Marker, Outer Marker) and PAPI Lights. Verify position and cab elevation of Air Traffic Control Tower (ATCT). Measure vertical centerline-profile of runway 15-33 (100' intervals within Touch-Down Zone, 200' Intervals otherwise). U pdate current obstruction inventory for runway approaches 15 and 33 in accordance with FAA 405 and UFC 3-260-01 standards for Class B Army runways. 1.3.2 Objects that do not obstruct but are within 10' of any obstruction surface, so called Near Obstructions, will be identified and reported to the customer for the purpose of tree clearing operations. Obtain plannemetric details of all runways, taxiwa ys, buildings associated with the airfield, and major roads and rivers for geographic orientation purposes by aerial survey methods. Compile survey data into a NEW Airfield Obstruction Chart (AOC). Locate any navigational-aids not obtained in 2002. Update Airport Reference Point (ARP). Update Magnetic Declination 1.4 Deliverables: 1.4.1 The contractor will provide and distribute as per client request up to ten (10)CD-ROMs and hardcopies containing the following informat ion: Updated Airfield Obstruction Chart (AOC) in Terramodel (.pro) and AutoCAD 2005 (.dwg) formats. AOC will depict 50:1, 34:1, and 20:1 glideslopes. Runway markings diagram in Terramodel (.pro) and AutoCAD 2005 (.dwg) formats. Obstruction Chart data in ESRI ArcInfo Format Updated MS Excel spreadsheet depicting locations of PACS/SACS, EORs, Runway Profile Points, Photo-Control Targets, NAVAIDS, Obstructions, Near Obstructions, Touchdown Zone Elevations (TDZEs), ARP, geodetic and magnetic runway azimuths, runway lengths, runw ay widths, and the airport elevation. Updated geodetic control point descriptions. NAVAID documents as required by United States Army Aeronautical Services Agency (USAASA). PAR / ILS Survey report including metadata and methods used to obtain survey information. 1.5 Estimated Delivery from Scheduled Start of Field Operations - 90 Calander Days. All survey data and charts must be verified by USAASA before submittal to the customer. The period of performance is scheduled to begin work on 16 Jul 2007. Work will be performed at Gray Army Airfield, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT ( for CLIN 0007) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance o f this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contr acting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor emp loyee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Co de (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United S tates and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in t heater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct ZML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site . The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance may be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a bilateral order will be issued using a SF 1449. A purchase order w ill be in existence once the Contracting Officer and the Awarded Vendor has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identification of Contractors Emp loyees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access inform ation may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in ge tting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of equipment utilized to conduct the airfield survey, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontract ors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as ap propriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logisti cs Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is termin ated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. Local clause 52.111-4132 st ates: a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will o nly be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Acces s Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identi fication badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information as required by the Fast Access Ga te Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employ ee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuin g a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee doe s not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any re ason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or witho ut advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA re gulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Ac cess Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the insta llation. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electroni c mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items wit h their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Comm ercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, and 52.222-42. FAR clause 52.219-6 and 52.252-2 are applicable. Wage Determination 05-2568, Revision 04 for Pierce County, Washington is applicable to this acquisition, at www.wdol.gov . The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http:// farsite.hill.af.mil. Telephonic inquires will not be accepted. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. The minimum salient characteristics for CLINs 0001, 0002, 0003, 0004, 0005, 0 006, and 0007 are: Airport Obstruction Survey on Grey Army Airfield (refer to the Statement of Work). Quotes are due on June 21, 20076 at 11:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations an d certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Kenneth F. Cummings, kenneth.cummings@us.army.mil. Quoters must be registered in the Central Contractor Registration data base at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01319045-W 20070616/070614221243 (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.