Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

H -- Leak Detection for Fire Water System

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2E3CE7212AU06
 
Response Due
9/20/2007
 
Archive Date
11/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES 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. This solicitation, F2E3CE7212AU06, is being issued as a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable to the Government. Pricing should be submitted for each line item with a Total Fixed Price for the complete requirement. Fixed price must include New Mexico Gross Reciepts Tax as addressed in HAFB 007 NEW MEXICO GROSS RECEIPTS TAX (NMGRT) (MAR 2005). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19. This acquisition is to be 100% set aside and awarded to Small Business. The NAICS code is 221310. The Small Business size standard for this code is $6.5M. The following commercial services are requested in this solicitation; CLIN 0001: Contractor will provide survey on underground water delivery system for the purpose of detecting leaks. Refer to the Description of Requirements for details. Period of Performance shall be 6 weeks ARO, FOB: Destination of services is Holloman AFB, NM, 88330. DESCRIPTION OF REQUIREMENTS For NON PERSONAL SERVICE Leak Detection Service on Stealth and GAF Fire Systems Holloman AFB NM 12 Sep 2007 General Requirements 1. The Contractor shall furnish the labor, tools, and transportation, etc., necessary to accomplish the diagnostic work. 2. The contractor will coordinate onsite work with the 49 CE Utility Shop. 3. The work area shall be kept reasonably clean at all times, with all debris being removed at the end of each workday. The Contractor shall perform a complete cleanup of the work area at the end of the contract. 4. Contractor equipment, owned or leased, shall comply with all OSHA standards. 5. Contractor shall be responsible for any accidents caused by unsafe practices or violations of OSHA standards. 6. All debris and removed equipment will be disposed of appropriately according to local, state, and federal laws. Specific Requirements: 1. Leak survey is to be conducted in two separate fire lines. Here is some info on these two fire systems. Our systems run between 120 to 150 psi System 1 The first system has a pump house that supply water to 13 bldgs. 12in PVC line to hangarettes is 5065 feet, including 12in branch lines to all risers from 12in main 14in PVC line from hangarettes is 2110 feet. 14in PVC from bldg 889 to bldg 898 is 110 feet 6in CI from 14in Transite to two risers for bldg 898 - 180 feet System 2 The second system supplies water to eight bldgs. 6 in line to bldg 295 - 325 feet. 14 in line to bldg 294 - 470 feet. 12 in line to balance - 3800 feet. 2. Holloman AFB personnel will have maps to help identify systems. 3. The Contractor shall perform survey of the Fire System for the purpose of determining possible leaks. The Contractor may perform repairs if within the contract price. Any repairs that incur costs over the established contract price may not be performed unless the Contracting Officer has acknowledged that funds are available and a modification or award is in place. Any performance in excess of this Statement of Work shall be at the Contractors own expense and risk. 4. Holloman AFB will provide maps and escort to assist Contractor when conducting survey in restricted areas. 5. Holloman AFB will provide a technician to assist the Contractor with his survey. 6. Holloman AFB will provide its personnel safety gear for the work. 7. The Contractor shall contact the POC, Mr. Allan Kuchinsky, 505-572-1177/0758, prior to the start of work. The following provisions and clauses apply to this acquisition: Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Sep 2006) applies to this acquisition This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its Proposal or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its Proposal or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) The following addenda is provided to this provision: Request for Proposal should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.203-3 Gratuities. (APR 1984) FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government (SEP 2006) ALTERNATE I (OCT 1995). FAR 52.204-7 -- Central Contractor Registration. (July 2006) FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. (Nov 2006) FAR 52.209-5 -- Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2001). FAR 52.209-6 -- Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006). FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Aug 2007). FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (FEB 2007). ADDENDUM TO FAR 52.212-4 Contract Terms and Conditions - OCT 2003 Commercial Items Reference FAR 52.212-4 FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2007) (Deviation) FAR 52.219-6-- Notice or Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644), FAR 52.219-14 -- Limitations on Subcontracting. Dec 1996) FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. As prescribed in 19.308(d), insert the following clause: Post-Award Small Business Program Rerepresentation (June 2007) FAR 52.222-3 -- Convict Labor. (June 2003) FAR 52.222-21-- Prohibition of Segrgated Facilities (FEB 1999). FAR 52.222-22-- Previous Contracts and Compliance Reports (FEB 1999). FAR 52.222-25-- Affirmative Action Compliance (APR 1984). FAR 52.222-26-- Equal Opportunity (APR 2002)(E.O. 11246). FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (Sep 2006) FAR 52.222-36 -- Affirmative Action for Workers With Disabilities. (Jun 1998) FAR 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). FAR52.222-41 -- Service Contract Act of 1965, as Amended. (Jul 2005) FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hire. Price Adjustment. Statement of Equivalent Rates for Federal Hires (May 1989) This Statement is for Information Only:It is not a Wage Determination Employee Class 30090 - Environmental Technician Monetary Wage Fringe Benefits 18.11 FAR 52.222-44 -- Fair Labor Standards Act and Service Contract Act. (Feb 2002) FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. (Aug 2003) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). FAR 52.232-33 -- Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.233-3 -- Protest After Award. (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. (OCT 2004) FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. (APR1984) FAR 52.247-34 -- F.O.B. ? Destination. (Nov 1991) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 -- Clauses Incorporated by Reference(FEB 1998) FAR 52.252-6 -- Authorized Deviations in Clauses (APR 1984). DFAR 252.204-7004 -- Central Contractor Registration (52.204-7) ALTERNATE A (SEP 2007). DFAR 252.209-7002 -- Disclosure of Ownership or Control by a Foreign Government. (JUN 2005) DFAR 252.212-7000 -- Offeror Representations and Certifications--Commercial Items. (JUN 2005) DFAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2006) (Deviation) DFAR 252.225-7001 -- Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). DFAR 252.225-7012 -- Preference for Certain Domestic Commodities. (JAN 2007) DFAR 252.232-7003 -- Electronic Submission of Payment Requests (MAR 2007)(10 U.S.C.). DFAR 252.247-7023 -- Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). DFAR 252.247-7024 -- Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause). AFFAR 5352.201-9101 -- Ombudsman. (AUG 2005) AFFAR 5352.223-9000 -- Elimination of Use of Class I Ozone Depleting Substances (ODS). (APR 2003) AFFAR 5352.223-9001 -- Health and Safety on Government Installations (JUN 1997). AFFAR 5352.242-9000 -- Contractor access to Air Force installations. (AUGUST 2007) HAFB 001 HOLIDAYS (NOV 2005) The following Federal legal holidays are observed by this base: New Years Day 1 January Martin Luther Kings Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday. Holidays falling on a Sunday will be observed on the following Monday. End Local Clause HAFB 006: NCIC REQUIREMENTS AND ACCESS TO HOLLOMAN AFB, NM (21 Aug 07) CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation. AFBI 31-102, PHYSICAL SECURITY: July 07 All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base.Important Notice Concerning Contractor Access to Holloman AFB, NMVisit Access Request (VAR), Holloman AFB, NMFor contracts awarded/administered by the 49th Contracting Squadron.Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will signed the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check.Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver?s license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation.End of StatementHOLLOMAN AFB ACCESS (End of Clause). HAFB 007 NEW MEXICO GROSS RECEIPTS TAX (NMGRT) (MAR 2005) a. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business operation within the State without regard to the location of entity. You are advised that any proposals/bids received will be presumed to include this cost of business and any request for adjustment or proposed/bid prices as a mistake in proposal/bid either before or after award of a contract will not be considered. b. The tax rate for Holloman Air Force Base [Otero County (Remainder of County)] is listed and available on the Internet at http://www.state.nm.us/tax/trd_pubs.htm c. Offerors/bidders are expected to be knowledgeable of the Gross Receipts and Compensating Tax Act for the State of New Mexico. Further information may be obtained from: State of New Mexico,Taxation and Revenue Department, 5301 Central Avenue NE, PO Box 8485, Albuquerque, NM 87198-8485, or call (505) 827-0700. (End of Clause) HAFB 009 - WIDE AREA WORKFLOW STATEMENT (AUG 2006) In order to receive awards from the 49th Contracting Squadron at Holloman AFB, New Mexico, you must now use an E-Invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden. Their number is 1-866-618-5988. HAFB 012 - HAFB CELL PHONE POLICY (31 Aug 2006) MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Vehicles operated on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee). END OF STATEMENT. HAFB 013 Effective date: 11 Jun 07 Insurance Coverage on Government Installation In accordance with 28.306, Insurance under fixed-priced contracts, paragraph (b)(1), contractor shall carry the minimum coverage of insurance as outlined in FAR 28.307-2, Liability; (a) Workers' Compensation and employer's liability; (b) General liability; (c) Automobile liability; and if applicable (d) Aircraft public and passenger liability or (e) Vessel liability. End of Statement FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: MSgt Michelle Palmer . The point of contact for this solicitation is Joyce Frost 505-572-5294, FAX: 505-572-7333, e-mail joyce.frost@holloman.af.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Sites: http://farsite.hill.af.mil http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ https://wawf.eb.mil Point of Contact Joyce Frost, Contract Specialist, Phone 505-572-5294, Fax 505-572-7333, Email joyce.frost@holloman.af.mil Place of Performance Address: Holloman AFB, NM Postal Code: 88330 Country: UNITED STATES
 
Place of Performance
Address: Holloman AFB, NM
Zip Code: 88330-7908
Country: UNITED STATES
 
Record
SN01407189-W 20070916/070915193953 (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.