Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2008 FBO #2232
MODIFICATION

99 -- Airfield Maintenance Services (Rubber Removal and Runway Marking) at Ali Tallil Air Base, Iraq

Notice Date
1/4/2008
 
Notice Type
Modification
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09021, UNITED STATES
 
ZIP Code
09021
 
Solicitation Number
FA5613-08-R-5012
 
Response Due
1/10/2008
 
Point of Contact
Gabriele Binder, Contract Specialist, Phone (49) 631 5368326, Fax (49) 631 5368410, - Inge Jenkins, Ms., Phone (49) 631 536 6805, Fax (49) 631 536 8410
 
E-Mail Address
Gabriele.Binder@ramstein.af.mil, Inge.Jenkins@ramstein.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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 & a written solicitation will not be issued. The solicitation number is: FA5613-08-R-5012 issued as a Request for Proposal. The solicitation document&incorporated provisions&clauses are those in effect through FAC 2005-21, 7 Nov 07. CLIN 0001 Rubber Removal Services at Ali Tallil AB, Iraq IAW the PWS herein. 1 Lump Sum Total Amount: EURO____________ CLIN 0002 Runway Marking Services at Ali Tallil AB, Iraq IAW the Performance Work Statement (PWS) herein. 1 Lump Sum Total Amount: EURO____________ GRAND TOTAL AMOUNT (CLIN 0001&CLIN 0002): EURO____________ PWS 1.SPECIFICATIONS:This contract is to provide airfield maintenance services (svc) to include rubber removal&airfield marking svc at Ali Air Base Tallil,Iraq.The contractor (KTR) shall provide all personnel,labor,materials,tools,supervision,&other items/svc necessary,except as stated in paragraph (para) 3,to perform rubber removal&airfield marking IAW the specifications herein.Inspections conducted by the Government (govt) will be conducted in a manner consistent with commercial practices.The runway&taxiway consist of both concrete and asphalt areas.The KTR shall perform svc from the concrete first&then from the asphalt in order to allow a govt crew to supplement other local project requirements.The concrete has normal bituminous joint seals;the asphalt areas consist of both normal 0/11-asphalt mix and porous friction mix areas.Rubber removal shall be completed prior to the airfield marking in order to prepare a clean surface for marking.All work shall be accomplished IAW the Service Delivery Summary (SDS) in para 2 by qualified&experienced KTR personnel with at least one on-site supervisor fluent in the English language.The requirement is as follows: (i)RUBBER REMOVAL:Estimated area of runway to be serviced is approximately 70000 square meters (sqm).Performance shall be accomplished with equipment having a water pressure capacity to clean an average of at least 1000 sqm of surface/hour.The equipment shall be able to generate at least a constant 900 bar of pressure,water flow of 180 liters/minute clean a minimum surface width of 1.65 meters (m) in one run.Equipment shall have an adequate lighting system for day or night-time operations.If equipment is diesel operated,the govt will provide fuel,otherwise the KTR shall be responsible for fueling.The KTR shall be liable for any damages to surfaces/joints caused by the removal process.The absorbed water and rubber residue shall be completely removed from the runway surface,stored in watertight containers,&then transferred separately into 7 cubic meter (cbm) govt provided containers placed along the side of the runway.In the interest of aircrew safety&maintaining high environmental standards,removal services shall be done WITHOUT the use of chemical agents,sandblasting,or standard road sweeping machines. (ii)AIRFIELD MARKING:PAINT WILL BE PROVIDED BY THE GOVT:Performance shall include but is not limited to:Painting one 3700 m long runway,marking&painting of taxiway centerlines along with double edged taxiway lines across lengths of approximately 4000 m in 3 feet (ft) wide strips without overlap;taxiway IDs&direction arrows at intersections;holding lines 175 ft from the centerline;runway center line;edge lines;touchdown zone markings;fixed distance markings;threshold lines;overrun markings;runway designation numbers&letters.The equipment shall be capable of carrying at least 1 ton of glass beads&apply a minimum of 280 grams of glass beads to loaded paint.Tanks must hold at least 1000 liters of paint,spraying guns must be truck-mounted,no trailers are authorized.Exact site marking details will be provided along with current Air Force (AF) regulation or applicable guidance. (iii)TRANSPORTATION/MOBILIZATION:The KTR shall provide transportation of all personnel/equipment to the designated airlift pick up point (see para 3.g) within 7 calendar days after receipt of award.The applicable AF airfield marking regulations will be provided at that time. (iv)EMERGENCY EXIT:Upon notification from the 86 Construction and Training Squadron (CTS) representative (rep) or Airfield Operations Manager (AOM),the KTR shall exit the runway with all equipment/personnel within 5 minutes or less.The govt rep will direct the KTR to a designated location and notify the KTR when it is safe to proceed back onto the runway. (v)PERFORMANCE PERIOD:The KTR shall start work within 7 calendar days after receipt of award,&depending on uninterrupted access to the work area,shall be completed with all work within 12 calendar days of starting on-site work. 2.PERFORMANCE MEASURES:Inspection will be done by the designated govt reps IAW the Service Delivery Summary (SDS) below.The final inspection shall be scheduled&approved by the 86 CTS Quality Assurance Personnel (QAP) upon completion of work.The overall project management is to be handled by 86 CTS,who is responsible for on-site coordination with Base Operations,Civil Engineering&the contractor.The on-site AOM will be the govt point of contact (POC) for preliminary inspection and acceptance report,with final acceptance by a 86 CTS project manager.Representatives from 86 CTS will be responsible for inspection/acceptance of work.They can NOT obligate the govt in terms of changes to contract terms&conditions or monetary changes to the contract;this is the sole authority/responsibility of the Contracting Officer (CO). SDS: Rubber Removal:Performance Threshold (PT) of the estimated quantities is 95%;100% inspection is assessed. Airfield Marking:Same as above. Transportation/Mobilization:PT is 95%;100% inspection is assessed. Emergency Exit:Same as above. Performance Period:Same as above. Remedies in case of performance below standard:All svcs shall be re-performed until the standard is met,without any additional cost to the govt.Liquidated damages (LDs) may be assessed IAW FAR 52.211-11 at a rate of 2% of the contract price per day of delay. 3.GOVT FURNISHED PROPERTY:The govt will provide the following property: a.7 cbm watertight and grease-free containers as needed for water/rubber residue. b.Water will be provided via a fire hydrant or water truck,located next to the runway. c.Access to a secure area of overnight equipment storage during performance period. d.Sweeper equipment&disposal location for daily post-work clean up. e.Diesel fuel,runway marking paint,&glass beads for contractor provided equipment. f.Lodging&govt meals will be provided by the base dining facility. g.Military airlift of KTR equipment/personnel (maximum 7 people) as applicable from the coordinated pick up/drop off point (Bahrain,Al Udeid,Kuwait,or Al Dhafra based on airlift availability) to Ali Air Base Tallil,Iraq and back to one of the four mentioned pick up/drop off points. 4.GOV POCs:QAP POC:Mr. Tynek or Mr. Kolling;Email:Wolfang.Tynek@ramstein.af.mil or Manfred.Kolling@ramstein.af.mil;On Site AOM:AFFOR A7 Operations Site Manager Capt Szymanski,AUAB AFFOR A7 OPS SITE Email:mg_auabaffora7o@auab.centaf.af.mil or kevin.szymanski@auab.centaf.af.mil 5.SPECIAL REQUIREMENTS:Rubber removal shall be done prior to runway marking in order to maintain the integrity of the runway&mitigate delays to the flying missionThe KTR will be informed at the earliest reasonable time prior of any possible re-scheduling or cancellation (cancellation may be necessary due to the nature of the mission).The KTR shall assume risk of minor delays up to 2 hours at no additional cost to the govt.The nature of the mission and location may warrant flexible performance times.If delay becomes excessive,the KTR shall coordinate with the CO to explore Equitable Adjustment options.Processing any NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/USAFE/ROB/FA5613-08-R-5012/listing.html)
 
Place of Performance
Address: ALI TALLIL AB IRAQ
Country: IRAQ
 
Record
SN01479661-F 20080106/080104225633 (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.