Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2008 FBO #2488
SOLICITATION NOTICE

59 -- Veeder Root Tank Monitering Upgrade

Notice Date
9/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Barnes Loop, F.E.Warren AFB, Wyoming, 82005-2860, United States
 
ZIP Code
82005-2860
 
Solicitation Number
F1Y3DA8211A013
 
Point of Contact
Kate I Schaumann,, Phone: 307-773-2454, John C Hoffmeister,, Phone: 307-773-4741
 
E-Mail Address
kate.schaumann@warren.af.mil, john.hoffmeister@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice for commercial items is posted as a Request for Quotation (RFQ). In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. The proposed contract listed is set-aside for small business, and applies to Northern American Industrial Classification System Code (NAICS) 334519, and a standard size of 500 employees. The Government will make a best value award decision in accordance with FAR 13.106-2. Quotes shall include pricing information to include unit price and extended total as well as the completed provision at FAR 52.212-3 (June 2006), Offeror Representation and Certifications-Commercial Items, with its offer. To be eligible for contract award or payment from any DoD activity, offerors must be registered in the DoD Central Contractor Registration (CCR) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) websites. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by registering via the CCR website at http://www.ccr.gov/. Information on WAWF-RA registration may be obtained by calling 1-866-618-5988, or by registering via the WAWF-RA website at https://wawf.eb.mil/. Contractors must also submit their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://orca.bpn.gov. There will be no paper copies of the RFQ notice available. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent RFQ notice. Any questions in regards to this notice must be submitted in writing, via e-mail, or facsimile to the Contracting Officer or Contract Administrator listed herein. QUOTES ARE DUE NOT LATER THAN 09:00 September 22nd Mountain Time TO kate.schaumann@warren.af.mil. Offers may also be submitted on letterhead and faxed to (307)-773-4636, Attn: Kate Schaumann You may contact Kate Schaumann at 307-773-2454 for additional information. SOW STATEMENT OF WORK GHLN 222908 EC-UST COMPLIANCE UPGRADE F. E. Warren AFB, WYOMING Project Description Upgrade regulated UST Veeder-Root ATG systems at 15 MAF sites. Upgrade will include a new probe, compatible software, Continuous Statistical Leak Detection (CSLD) card, and Pump sense interface module for a dual use heating oil/ emergency generator tanks. The UST at the MAF are piped to both the emergency generator and heating furnace. During winter months, scheduled leak tests fail testing due to the furnaces using fuel from the tank. CSLD technology will allow the testing to run at any time that fuel is not being used from the tank. Justification 40 CFR 280.41 require a successful leak test every 30 days. Tasking Plan of Action: • Install Veeder Root TLS 350 CSLD card at 12 Missile Alert Facilities in the tri state area of Nebraska, Wyoming, and Colorado. • Install Veeder Root TLS 350 Pump sense interface at 13 Missile Alert Facilities in the tri state area of Nebraska, Wyoming, and Colorado. • Install mag probe appropriate for CSLD operation where required. • Upgrade Veeder Root software if needed for operation of CSLD software. • Program one dual piped tank to run CSLD test and ensure that existing programming for other tanks on the system do not change. • Install conduit for and wiring to connect generator and oil pump to Pump sense interface. Deliverables Deliverable # hard copies # e-copies (include format types) Estimated pages/layers Date Due or Days after award Plan of Action 1 1 7 days after Site Visit Personnel 17 days after CLSD Installation and Operation Manual 2 1 (if available) 7 days after Special Conditions Government furnished information/materials. The contractor will be provided with the original Veeder Root configuration prior to site visit. Qualified personnel to perform contract tasks. The contractor shall ensure that only qualified, competent personnel carry out the tasks outlined in this SOW. Competent is defined as registered professional or, where registration is not applicable, trained and certified with a degree in a related field of study. Exceptions are administrative and support personnel who participate in document publication. All deliverables are property of the USAF. All materials gathered and/or developed in the performance of these tasks listed shall be returned to and become property of the AF; and shall not be used and/or distributed by the contractor without specific written permission of the Project Manager. Deliverable Formats. All draft electronic documents are to be in Microsoft Office (or whatever format is compatible with installation IT system). All documents, including photographs and maps/drawings, are to be dated. All maps/drawings shall be created in AutoCAD or an approved equal format for final deliverable. Period of Performance All tasks must be completed by October 1, 2009 or no more than 8 months from notice to proceed whichever date is earlier. This contract will require access to secure government locations with a background check and two forms of ID in order to get onto the sites to perform work. The EAL clearance process will take a minumum of two weeks after the required paperwork is submitted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8dc89a96fe03c60574245255f06b0da9&tab=core&_cview=1)
 
Place of Performance
Address: F.E Warren and surrounding Missile Alert Facilities up to 200 miles away from F.E. Warren., Cheyenne, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN01672248-W 20080918/080916222134-8dc89a96fe03c60574245255f06b0da9 (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.