SOLICITATION NOTICE
39 -- Elevator Repair Bld 660
- Notice Date
- 9/16/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- 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
- F1Y3DA8205A011
- 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 is a combined Synopsis solicitation for commercial items prepared in accordance with the format in FAR 12 Sub Part 12.6 as supplemented with additional information included in this notice. The solicitation is set aside 100% for Small Business. The NAICS code is 238990. The Small Business Size Standard is 14M dollars. Description of Services. The contractor shall be fully responsible for compliance with all base, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions, which may be hazardous to the health and safety of base personnel. Required services to be completed within 90 days from award. Security Passes: The contractor will be required to apply for vehicle passes through Pass and Registration (Bldg 232) and individual identification badges through the 90th Contracting Squadron (Bldg 208). Upon completion or termination of the contract, or an individual's employment on the project, the Contractor will retrieve the identification badges and surrender it to the Security Police, Pass and ID Section. All quotes will be inclusive of all costs. The following clauses will apply to this solicitation and will be incorporated into the award. The Government reserves the right to enter clauses into the award which are not in the solicitation with notice to the selected contractor. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: www.arnet.gov/far. Clauses include: 52.204-7 -- Central Contractor Registration. (July 2006), 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006), 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006), 52.212-4 -- Contract Terms and Conditions -- Commercial Items, (Feb 2007), 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2007), 252.204-7004 Alternate A Central Contractor Registration (NOV 2003), 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2005), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). FAR Clause 52.252-2 Clauses Incorporated by Reference (Feb 1998). Clauses to be Incorporated by Full Text include 52.237-1 -- Site Visit (Apr 1984), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS). (APR 2003). This acquisiton will also be comvered by the wage rates contained in the Service Contract Act. You are encouraged to submit quotes electronically to kate.schaumann@warren.af.mil. Quotes may also be submitted on letterhead and faxed to the attention of Kate Schaumann Contract Administrator @ 307-773-4636. All offerors must complete on-line registration at the following sites: The requirement calls for Contractors to be registered with the Central Contractor Registration (CCR) http://www.ccr.gov. Purchase orders cannot be awarded to companies that are not registered in CCR. Contractors must validate this information by registering at http://orca.bpn.gov. Quotes should be good for 30 days from the date of submittal. Award will be made within 7 days of close of this announcement. STATEMENT OF WORK REPAIR OF BASE ELEVATOR AT F.E. WARREN AFB, WY SECTION 1: SPECIFICATIONS 1.1 SCOPE: The work to be performed under these specifications consist of furnishing all parts, material, supplies, equipment, labor and transportation, necessary to perform repair of a Base Elevators listed in Bld 660. 1.2 General Information: 1.2.1 Location: The equipment is located on FE Warren AFB, WY, at Bldg 660. 1.2.2 Period of Performance: 90 days 1.2.3 The repair shall be performed under the rules of ANSI/ASME QE!-1b-1986 (or most current version) even thought the inspector doesn't have to be certified. The service and repair of the equipment shall be performed in accordance with the contractor's commercial practices, manufacturer's specifications, ANSI Standards A17.1-1984: Section 1002, ANSI Standard 17.1984: Section 1005 and this Statement of work. 1.2.4 The Contractor shall verify the information in Appendix 2 during the first scheduled repair. 1.3 O&M Manuals: There are O&M manuals available for reference for the Dover hydraulic elevators in buildings 34 & 65. They are in building 320. Contact Paolo A. Ornelaz at 307-773-6101. 1.5 Tasks: 1.5.1 Scheduled Repair: The Contractor shall have the Service Contract Monitor initial and date the Work Order of the repair. A copy of the completion repair and inspection that the work has been completed. A copy of the work order with invoice shall be submitted to the Service Contract Monitor, in addition to an electronic invoice in WAWF.. 1.6 Safety: The Contractor shall put the elevator out of service if the required repair is a safety issue. SECTION 2: PERTINENT INFORMATION ON EACH ELEVATOR Bldg. 660: the elevator is used for personnel and light freight. The building used to be a coal fire central heat plant and there is still coal dust in the building. SECTION 3: GENERAL 3.1 COORDINATION: The Contractor shall be responsible for coordinating all phases of his/her operations with the appropriate base personnel through the Contracting Officer or his/her authorized representative. The facilities shall remain in operation while the contractor is working, and it is up to the Contractor to coordinate around the normal activities of the facility. 3.2 BASE IDENTIFICATION CARD: The Contractor's workers shall obtain a base ID card (requires a valid drivers license or picture ID). The Contractor must send a letter to Contracting on company letterhead requesting an ID for all of his employees to work on F. E. Warren AFB. The letter will be forwarded to PASS & ID in bldg. 232. Once letter is posted, the employee can go to bldg 232 to get the ID made. The contractor shall turn in pass and identification items of employees who are terminated or leave the employ of the contractor. 3.3 SAFETY: The contractor shall strictly adhere to all regulation pertaining to safety as noted in the Corps of Engineers Manual EM 385 1 1, OSHA Standards, and Base regulations. Particular care shall be exercised in connection with operation of vehicles and other equipment on the site. The contractor as required shall provide safety barriers and equipment. Ladders, scaffolding and other equipment shall not be left unattended at the job site. 3.4 DEMOLITION AND DISPOSAL: All scrap and debris shall be removed from the job site each day and disposed of off base. The contractor shall remove all rubbish and accumulated materials and scrap from the premises, leaving the job site in a clean, acceptable condition. Any adjacent areas, which are damaged by the contractor due to demolition or removal, shall be repaired to the satisfaction of the Contracting Officer or his/her authorized representative, or replaced. 3.5 VACATING WORK AREA: During exercises, natural disaster, and national emergencies or for security reasons, the contractor may be required to vacate a work area. 3.6 CONTRACTOR EXPERIENCE: N/A 3.7 SMOKING: No smoking allowed in government buildings. The Contractor and his/her employees can smoke at designated areas outside the building, or in his/her vehicle. 3.8 HAZARDOUS MATERIALS: Submit a Material Safety Data Sheet (MSDS) for each chemical/compound proposed for this project to the Base Bioenvironmental office (90 AMS/SGPB) for review and approval prior to delivery to the base. A hazardous material is defined in Federal Standard DED-STD-313C (Tables I&II). The definition of materials presenting a health hazard or physical hazard is found in 20 Code of Federal Regulations (CFR) 1910.1200(c). The Contractor must compile a "Hazardous Materials Report" containing description of the hazardous material, brand name, part number, SSL No., unit of issue, quantity issued/used and person(s) issued to. Submit the report at the end of the job to the Contracting Officer. 3.9 RECYCLED MATERIALS: The Contractor is urged to recycle or use recycled material wherever possible. 3.10 PROTECTION OF PROPERTY: The Contractor shall be responsible to check and determine that all necessary precautions have been taken to protect all property, both Government and private, in all areas where this contract is being accomplished. Damage caused from failure by the Contractor to exercise care in the performance of work shall be immediately repaired to the satisfaction of the Contracting Officer or designated representative without additional cost to the government. 3.11 CLEANUP: The areas where work is in progress shall be kept as neat and clean as is consistent with the work in progress. Material wrappings, containers, etc., which might be scattered by wind or become a hazard to pedestrians shall be placed in appropriate containers, disposed of or otherwise cared for. 3.12 WORK SCHEDULE: Working hours for the Contractor will normally be between the hours of 7:30 and 4:30 p.m. excluding Saturdays, Sundays and Federal holidays. Or other wise advise by the Contracting Officer. 3.13 AVAILABILITY OF UTILITY SERVICES: All reasonable quantities of utilities will be made available to the Contractor without charge. Any temporary lines or connections that may be required will be installed, maintained and removed by the Contractor. 3.14 START OF WORK: The date for actual start of work will be coordinated between the Contractor, Contracting Officer or designated representative and supervisory personnel in the building after the Contractor determines when all materials and equipment for the project will be received. 3.15 WELDING/CUTTING TORCH PERMIT: A welding/cutting permit is needed from the Base Fire Department (307-775-2931) prior to welding or using a device producing an open flame. APPENDIX 1 LIST OF ELEVATORS & LOCATIONS Location Type Make Model Capacity # Floors Fire Service Comments Bldg 660 Elev Montgomery 2500 6 Yes Hydraulic
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98313826bc1534168b67e71cc5cb3d1f&tab=core&_cview=1)
- Place of Performance
- Address: Bld 660, F.E. Warren AFB, Cheyenne, WY 82009, Cheyenne, Wyoming, 82005, United States
- Zip Code: 82005
- Zip Code: 82005
- Record
- SN01672389-W 20080918/080916222448-98313826bc1534168b67e71cc5cb3d1f (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 |