SOLICITATION NOTICE
Z -- Chemical Runway Rubber Removal
- Notice Date
- 1/2/2008
- Notice Type
- Solicitation Notice
- NAICS
- 488119
— Other Airport Operations
- 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
- 88330-7908
- Solicitation Number
- Reference-Number-F2E3CR7275A001
- Response Due
- 1/11/2008
- Point of Contact
- Kristine Arens, Contract Specialist, Phone 505-572-3577, Fax 505-572-3869, - Gloria Gonzales, Contract Specialist, Phone 505-572-7828, Fax 505-572-7333
- E-Mail Address
-
kristine.arens@holloman.af.mil, gloria.gonzales@holloman.af.mil
- Description
- This is a combined synopsis/solicitation for a commercial service 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. The solicitation number for this procurement is F2E3CR7275A001 and this is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price award that is based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-21. The North American Industry Classification System (NAICS) code for this procurement is 488119. The SBA size standard for this code is$6.5 million dollars annually. PROJECT DESCRIPTION: The period of performance will be for one (1) base year and four (4) one-year option periods. BID SCHEDULE LINE ITEM ITEM DESCRIPTION UNIT UNIT COST Basic year 01 Oct 2007 ? 30 Sep 2008 Each $ CLIN 0001 Trip Charge NTE 3 Each $ The trip charge shall include all costs associated with travel, motel, per diem, etc; and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. CLIN 0002 Runway Rubber Removal NTE 750,000sq feet $ It is anticipated that work area for each call will vary from 140,000 to 250,000 square feet per call, in accordance with the Statement of Work. First Option Year 01 Oct 2008 ? 30 Sep 2009 1001 - Trip Charge - The trip charge shall include all costs associated with travel, motel, per diem, etc; and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 1002 ? Runway Rubber Removal - It is anticipated that work area for each call will vary from 140,000 to 250,000 square feet per call, in accordance with the Statement of Work. Second Option Year 01 Oct 2009 ? 30 Sep 2010 2001 - Trip Charge - The trip charge shall include all costs associated with travel, motel, per diem, etc; and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 2002 ? Runway Rubber Removal - It is anticipated that work area for each call will vary from 140,000 to 250,000 square feet per call, in accordance with the Statement of Work. Third Option Year 01 Oct 2010 ? 30 Sep 2011 3001 - Trip Charge - The trip charge shall include all costs associated with travel, motel, per diem, etc; and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 3002 ? Runway Rubber Removal - It is anticipated that work area for each call will vary from 140,000 to 250,000 square feet per call, in accordance with the Statement of Work. Fourth Option Year 01 Oct 2011 ? 30 Sep 2012 4001 - Trip Charge - The trip charge shall include all costs associated with travel, motel, per diem, etc; and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one trip charge per call. Estimated 2-3 calls per year. 4002 ? Runway Rubber Removal - It is anticipated that work area for each call will vary from 140,000 to 250,000 square feet per call, in accordance with the Statement of Work. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offerer; 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 52.212-3 Offerors Representations and Certifications?Commercial Items (MAR 2005); FAR 52.212-4 Contract terms and conditions?Commercial Items (SEP 2005); FAR 52.252-1 Solicitation Provisions incorporated by reference (FEB 1998); FAR 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A (NOV 2003); HAFB 008 ? Holloman AFB Access; HAFB 009 ? Wide Area Work Flow Statement (FEB 2005); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2007) (DEVIATION) a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(c) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of clause) 52.219-6, 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), 522.225-13, 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), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):http://farsite.hill.af.mil (End of clause); FAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (MAR 2007) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C.). 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. The ombudsman may not serve as an advocate for any party. b) Before consulting with an ombudsman, concerned parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400 email: raymond.carpenter@langley.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.(d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause); 52.233-3 PROTEST AFTER AWARD (AUG. 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004). 52.247-34 F.O.B. DESTINATION (NOV 1991). 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005). Addendum to FAR 52.212-4 Contract Terms and Conditions- OCT 2003 Commercial Items. Facsimile and email offers will be accepted. Contracting officer: 2nd LT. David L. Heichemer, USAF, 575-572-2095, david.heichemer@holloman.af.mil. The point of contact for this solicitation is (primary) Kristine Arens, Contracting Specialist; 575-572-3577, FAX: 575-572-3869, e-mail kristine.arens@holloman.af.mil and (alternate) Gloria Gonzales, Contract Specialist e-mail gloria.gonzales@holloman.af.mil, 575-572-3576, FAX: 575-572-3869. 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. PROJECT DESCRIPTION: STATEMENT OF WORK RUNWAY RUBBER REMOVAL 1. The work covered by this specification consists of furnishing all labor, equipment, materials, transportation, etc, that is required to remove 85-percent of the rubber buildup from 100-percent of the work area. The work shall be performed on both asphalt and concrete surfaces. 2. The rubber removal work shall be completed without damaging the pavement, joints, joint sealant, or any other government property. If any damage does occur, the Contractor shall repair the damage as required, and in a manner approved by the Project Inspector. 3. Prior to the start of work, the Contractor shall attend an airfield safety briefing. The Contractor shall follow all instructions given at this briefing. If necessary, the Contractor will be provided with a radio at this time. The Contractor shall return the radio at the end of the work. The Contractor will also receive airfield passes for his vehicles at this time. 4. The Contractor shall submit detailed information on the chemical composition of the product. The Holloman AFB Environmental Flight will review the product to ensure that it meets all required regulations. No product will be allowed for use on base until approval is received from the Environmental Flight. 5. The equipment used for rubber removal work shall be mounted on pneumatic tires, and shall not cause damage to the pavement surface or joints. The Contractor?s equipment shall also conform to the following requirements. Experience has shown that these requirements are necessary in order to achieve a satisfactory end result. Broom for Scrubbing: The broom fill shall consist of a steel and plastic bristle combination. The minimum diameter of the broom core when new shall be no less than 30". The core shall have a minimum of 700 pounds of wire bristles, and 100 pounds of plastic bristles. The minimum width of the broom core shall be 12'. An all fiber broom will not be allowed. Water Tanker for Rinsing: The water pressure used for rinsing the pavement shall not exceed 50-psi. The tanker shall have a minimum capacity of 8,000-gallons, and shall be capable of delivering rinse water at a minimum rate of 250-gallons per minute. The discharge port shall be no less than 4" in diameter. Chemical Applicator: The chemical shall be applied with a low pressure sprayer. The spray boom shall have a minimum width of 25'. The nozzles shall be adjustable to prevent drifting of the chemical. Magnet: A magnet measuring at least 4" wide by 40" long shall be suspended beneath the rear of the broom to pick up any lost steel broom fibers. 6. The removal of rubber deposits shall be accomplished by using a derubberizing compound specifically formulated and field tested for this purpose. Typically, the areas to be cleaned are saturated with the cleaner, agitated by a mechanical scrubber using wire brushes, and rinsed with clean water. The rubber removal chemical that will be specified for this contract is Avion 50, or approved equal. Before an approved equal chemical will be allowed for use, it must be documented by field experience. The contractor shall submit the names of at least five major civil airports or DoD bases where he has removed rubber successfully for at least two years using the proposed chemical. The contractor shall provide a letter from at least three of the users stating that his work was satisfactory. Holloman AFB may also require an on-site demonstration in addition to the above certification. If an on-site demonstration is required, it shall be at no cost to the base. 7. The Contractor shall provide lighting as required. 8. The Contractor shall begin work only when the air temperature is 40? F and rising, and when the pavement temperature is 35? F and rising. 9. Water will be provided to the Contractor at no cost. The water source will be a fire hydrant located within the airfield. The Contractor will be provided with a wrench for opening and closing the hydrant. The wrench shall be returned when the work in complete. When the hydrant is not in use by the Contractor, it shall be made available for emergency use by the base fire department. 10. The Contractor will not be required to recover the chemical. However, the Contractor shall flush all debris, waste, and by-products generated from the rubber removal process completely off of the pavement surface and onto the dirt. The Contractor shall ensure that the dirty rinse water is not allowed to dry on the pavement and stain it. If any rinse water stains do occur anywhere on the pavement surface, the Contractor shall clean the pavement until the stain is gone. When cleaning is complete, there shall not be a dust film left behind on the pavement surface. If any dust is present, the Contractor shall rinse the pavement until it is gone. The Contractor shall also ensure that his rubber removal process does not discolor the pavement surface. If any rinse water staining or discoloration does occur, the Contractor will be directed to stop work immediately and implement measures to correct the problem. 11. The work times and dates will be coordinated with the Contractor for each individual call. However, the Contractor will generally not be allowed to work during the daytime hours on a normal workday. The Contractor should expect that the work will occur during nights, weekends, or holidays. 12. The Contractor shall store his equipment and materials in areas designated by the base. The storage area will be located somewhere within the airfield. 13. Compliance with the 85-percent removal from 100-percent of the work area will be determined by direct testing within the designated work area. 13.1 A one square foot grid with 100 equal squares will be placed on the pavement surface at random locations. The number of squares that contain rubber will then be counted. The number of squares containing rubber deposits shall not exceed 15 in each of the randomly selected locations. 13.2 Each work area designated for rubber removal will be divided into four equal zones for the purpose of compliance testing. Within each zone, seven random, pre-selected locations will be evaluated. Five of those locations will be located within 10' of the runway centerline. At least six of the randomly selected areas within each zone must meet the requirement specified above. Each zone will be evaluated independently. A zone not meeting the 85-percent removal requirement shall be re-cleaned by the Contractor at his expense. 13.3 Deposits of rubber are defined as any surface deposit that can be removed by scratching the deposit with a sharp object (such as a pocket knife) without damaging the pavement surface. Rubber stain is defined as materials in the pavement surface micro texture that cannot be removed without damaging the pavement surface. Rubber stain is generally embedded in the surface of the pavement below the horizontal plane of the surface texture. The Contractor will not be required to remove rubber stain. Note that rubber stain is different from rinse water stain as defined in Paragraph 10. (Engineering Technical Letter (ETL) 97-17) 14. The Contractor shall perform a complete cleanup of the work and equipment storage areas after the work is complete. The Contractor shall ensure that no broom bristles are left on the runway. 15. The Contractor shall fill out the attached bid schedule. There are two line items on the bid schedule. One line item is for a trip charge, and one is for the rubber removal work. The trip charge shall include all costs associated with travel, motel, per diem, etc, and all other costs not directly related to the rubber removal work. The Contractor will be entitled to one (1) trip charge per call. The rubber removal line item shall include only those costs directly related to the rubber removal work. Payment to the Contractor shall be in accordance with the bid schedule. The bid schedule prices shall include the appropriate tax. 16. Prior to awarding the contract, the Contractor shall provide submittals on the proposed chemical and equipment that he intends to use on this contract. The contract will be awarded only after the Contractor?s submittals have been approved. 17. Rubber removal work will generally take place on three runways. The following information is provided. ? Runway 16: 200' wide. This runway is typically cleaned twice a year, and usually has heavy rubber buildup. ? Runway 34: 150' wide. This runway is typically cleaned once a year, and usually has light to moderate rubber buildup. ? Runway 22: 300' wide. This runway is typically cleaned once a year, and usually has light to moderate rubber buildup. END OF STATEMENT OF WORK NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/49CONS/Reference-Number-F2E3CR7275A001/listing.html)
- Place of Performance
- Address: 1210 Forty Niner Rd Holloman AFB, NM
- Zip Code: 88330-7908
- Country: UNITED STATES
- Zip Code: 88330-7908
- Record
- SN01530158-F 20080313/080311230322 (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 |