Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

Z -- Air Field Maintenance Services (Rubber Removal)

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB, UNIT 3115, APO, 09021
 
ZIP Code
09021
 
Solicitation Number
FA5613-09-T-0045
 
Point of Contact
Gabriele A Binder, Phone: (49) 631 5367635, Inge Jenkins, Phone: (49) 631 536 6805
 
E-Mail Address
gabriele.binder@ramstein.af.mil, Inge.Jenkins@ramstein.af.mil
(gabriele.binder@ramstein.af.mil, Inge.Jenkins@ramstein.af.mil)
 
Small Business Set-Aside
N/A
 
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. The solicitation number is: FA5613-09-T-0045 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, 11 Aug 2009. Contract Line Item Number (CLIN) 0001 Rubber Removal at Ramstein Air Base (RAB), Germany in accordance with (IAW) the Performance Work Statement (PWS) herein. 1 Lump Sum Total Amount: EURO ____________ DESCRIPTION OF REQUIREMENT/PWS SECTION I, DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1 Introduction/Overview. 1.1.1 This contract requires airfield maintenance services consisting of rubber removal to be performed at Ramstein AB, Germany. The contractor shall provide all personnel, labor, materials, tools, supervision, and other items/services necessary, except as stated in Section III, Government-Furnished Property and Services, to perform airfield maintenance services in accordance with (IAW) the specifications herein. 1.2 Requirements. All runways and taxiways consist of both concrete and asphalt areas. The concrete has normal bituminous joint seals; the asphalt areas consist of both normal 0/11-asphalt mix and porous friction mix areas. The contractor shall perform rubber removal services from concrete first and then from the asphalt. 1.2.1 RUBBER REMOVAL. The estimated area of the runway requiring rubber removal at Ramstein AB, Germany is approximately 70,000 square meters. The equipment shall be able to generate at least a constant 900 bar of pressure, water flow of 180 liters per minute and clean a minimum surface width of 1.60 meters in one run. The water flow of the pump has to be at least 80 l/min to carefully remove the rubber from the runway. Performance shall be accomplished with equipment having a water pressure capacity to clean an average of at least 1,000 sqm (10,800 square feet [SF]) of surface per hour. The equipment shall have an adequate lighting system for day or night-time operations. The contractor shall completely remove absorbed water and rubber residue from the runway surface and then transfer it separately into government furnished containers placed along the side of the runway. Removal services shall be done without the use of chemical agents, sandblasting, or road sweeping machines. 1.2.2 TEST STRIP DEMONSTRATION. The contractor shall test all equipment and demonstrate on the designated pavement work areas the proposed method to be used to remove rubber. 1.2.2.1 The QAP will designate a test strip within the work area. The test strip shall be as wide as the full operating width of the equipment and at least 100 meters (1,080 SF) long. The test strip shall be long enough to determine the operating parameters of the vehicle(s) and equipment to be used for the work. The test strip shall be used to demonstrate the effectiveness of the contractor's methods and equipment to satisfactorily remove rubber deposits and paint deposits from the pavement surfaces at the specified removal rate without damaging the pavement surface. Satisfactory removal shall be determined in accordance with Section II, paragraph 2.2 of this PWS. The QAP shall be present at the test area to examine the pavement texture obtained on the test strip. The test strip shall be the measure of performance required of the contractor for the rubber removal project. Test strip will be done under CTS supervision. CTS project manager will point out were the strip will be done. 1.2.2.2 The contractor shall not proceed with the work until the results of the test strip are satisfactory to the QAP. 1.2.3 FRICTION TEST. The contractor shall perform a friction test before and after the execution of rubber removal. The contractor shall provide the vehicle for the friction test as well as certified personnel. The vehicle requirements must conform to Federal Aviation Administration (FAA) and International Civil Aviation Organization (ICAO). The test results shall be forwarded by the contractor to the QAP. 1.2.4 PAVEMENT DAMAGE REPAIR. Any damage to the pavement surface, joints, joint and crack seals, or other Government property incurred during the performance of the work shall be repaired by the contractor at the contractor's expense. Repair methods and materials shall be approved by the Contracting Officer (CO) prior to performance of the repairs. Repairs shall be completed within the performance period for this contract. 1.2.5 TRANSPORTATION/MOBILIZATION. The contractor shall provide transportation of all personnel/equipment to the designated site. 1.2.6 EMERGENCY EXIT. Upon notification from the QAP or Airfield Operations Manager (AOM), the contractor shall exit the runway with all equipment/personnel within 5 minutes. The QAP or AOM will direct the contractor to a designated location and notify the contractor when it is safe to proceed back onto the runway. 1.2.7 PERFORMANCE PERIOD. The performance period is as follows: 1.2.7.1 The contractor shall start performance at Ramstein AB, Germany no later than 14 days after contract award and depending on uninterrupted access to the work area, shall be completed with all work within 7 calendar days of starting on site work. 1.3 Contractor Personnel. All work shall be accomplished IAW this PWS by qualified and experienced personnel. At least one on-site contractor supervisor shall be proficient in reading, writing, understanding and speaking English at a level necessary to fully perform all required services. 1.4 Special Requirements. 1.4.1 In some cases, a government team will be working on or around the runway. In order to prevent interference with the government work, the contractor shall coordinate all services with the Quality Assurance Personnel (QAP). 1.4.2 The contractor will be informed at the least 2 hours prior of any possible re-scheduling or cancellation (cancellation may be necessary due to the nature of the mission). The contractor shall assume risk of minor delays up to 2 hours per day at no additional cost to the government. The nature of the mission and location may warrant flexible performance times. If a delay exceeds 2 hours per day, the contractor may submit a request for equitable adjustment to the CO. 1.4.3 Vehicle Registration. The contractor shall provide a copy of the vehicle registration of the rubber removal truck to the 435 CTS/CEOH within 3 working days after contract award. 1.4.4 Passports. The contractor shall provide a copy of the passports of all workers who need access to Ramstein Air Base to 86 CES and 435 CTS within 3 working days after contract award. 435 CTS will ensure that base passes for contractor personnel will be issued to the contractor accordingly. 1.4.5 Contractor personnel shall carry proper identification at all times and be easily recognizable as contractor employees by wearing badges that contain the company's name and contact information, contract number and employee's name. 1.4.6 Water disposal. The contractor shall provide a certificate documenting the cleaned water available for disposal after cleaning the runway does not contain any components causing environmental problems. The contractor shall assure that the water can be drained into a sewage system without causing environmental problems/pollution. The drainage shall be in compliance with host nation environmental policies and laws. The contractor may use an authorized Polymer or Aluminum Sulfate to accelerate the sedimentation/separation of the water and rubber mixture. The contractor shall evacuate the water residue, dump it into the sewage, and 86 CES (through coordination from 435 CTS) will dispose the remaining rubber mixture as hazardous waste. SECTION II, SERVICES SUMMARY 2.1 Government Inspection. Inspection and acceptance of services will be scheduled by 435 CTS Quality Assurance Personnel (QAP) and performed by the QAP or designated government representative. The overall project management is to be handled by 435 CTS, who is responsible for on-site coordination with Base Operations, Civil Engineering and the contractor. Representatives from 435 CTS will be responsible for inspection/acceptance of work; however, they can NOT obligate the government in terms of changes to contract terms and conditions or monetary changes to the contract. This is the sole authority/responsibility of the Contracting Officer. 2.2 Services Summary/Compliance Testing. 2.2.1 Compliance with 85 percent removal from 100 percent of the area shall be determined by direct testing within the designated work area. 2.2.2 Deposits of rubber or rubber buildup are defined as any surface deposit that can be removed by scratching the deposit with a flat sharp object (such as a pocket knife) without damaging the pavement surface. Stains are defined as materials in the pavement surface micro texture that cannot be removed without damaging the pavement surface. A stain is generally embedded in the surface of the pavement below the horizontal plane of the surface texture. The contractor is not responsible for stain removal. PERFORMANCE OBJECTIVE: Rubber Removal PARAGRAPH REFERENCE: 1.2.1 PERFORMANCE THRESHOLD: 85% rubber deposit PERFORMANCE OBJECTIVE: Emergency Exit PARAGRAPH REFERENCE: 1.2.6 PERFORMANCE THRESHOLD: 100% 2.3 Remedies in case of performance below standard. All services shall be re-performed until the standard is met, without any additional cost to the government. Liquidated damages may be assessed IAW FAR clause 52.211-11 at the rates specified in the solicitation/contract. SECTION III, GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1 The Government will provide the following property: 3.1.1 Standard containers (4 x 7 cbm, for the overall project execution) for water/rubber residue. In case the contractor needs to utilize specialized containers for his equipment, units will not be government furnished. 3.1.2 Water via a fire hydrant or water truck, located next to the runway. 3.1.3 Access to a secure area for overnight equipment storage during performance period. 3.1.4 Sweeper equipment and disposal location for daily post-work clean up. 3.1.5 Fuel (diesel) as applicable for contractor provided equipment. Contractor has to refill his truck at the refueling station to be point out by the CTS representative. 3.2 The contractor shall be responsible for all lodging, all meals, and all transportation for personnel/equipment to and from the individual locations. 3.3 Government Points of Contact (POCs). 3.3.1 Quality Assurance Personnel (QAP). Mr Wolfgang Tynek and/or Mr. Manfred Kolling, Telephone (commercial): +49(0)6371-47-2188 or +49(0)6371-47-7340; (military): DSN (314) 480-2188 or 7340; Email: Wolfgang.Tynek@ramstein.af.mil or Manfred.Kolling@ramstein.af.mil. 3.3.2 Contracting Officer (CO). Ms. Inge Jenkins, Telephone (commercial): +49(0)631-536-6805; (military): DSN (314) 489-6805; Email: Inge.Jenkins@ramstein.af.mil. 3.3.3 Contract Specialist: Ms. Gabriele Binder, Telephone (commercial): +49(0)631-536-7635; (military): DSN (314) 489-7635; Email: Gabriele.Binder@ramstein.af.mil. THE FOLLOWING FAR CLAUSES AND PROVISIONS APPLY: 52.211-11, Liquidated Damages--Supplies, Services, or Research and Development: Paragraph (a) is completed as follows: If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of 2% of the total price per calendar day of delay. 52.212-1, Instructions to Offerors--Commercial Items with Addendum reference 52.212-1(b)(10) Past Performance Information: Offerors shall submit documentation to show satisfactory completion of at least two contracts within the last three years for work of similar scope and magnitude, demonstrating their ability to perform the proposed effort, including current and correct telephone numbers, FAX number, and email addresses of Government Point of Contacts (POCs). Submission of documentation is not required for offerors who have been awarded at least two contracts of similar scope and magnitude by 700 CONS within the specified period. 52.212-2, Evaluation--Commercial Items: The government will award a single commercial Firm Fixed-Price Purchase Order resulting from this RFQ to the one responsible offeror whose proposal conforming to the solicitation is lowest price, technically acceptable with satisfactory Past Performance. The requirement of 52.212-1(b)(10), Past Performance Information must be met. Proposals will only be accepted in Euro currency. A proposal is technically acceptable if the offeror provides (i) pictures and specifications of proposed equipment to be used at the jobsite, meeting the terms and conditions of the PWS, and (ii) the description of the technical approach for completing all work conforms to the PWS. 52.212-3 and 252.212-7000, Offeror Representations and Certifications--Commercial Items: Proposals must include a completed copy of the FAR provisions (52.212-3 and 252.212-7000) with applicable fill-in data. 52.212-4, Contract Terms and Conditions--Commercial Item, with Addendum reference as follows: Paragraph (k), entitled "Taxes" of clause "Instructions to Oferors--Commercial Items", is deleted. See clauses 52.229-6, Taxes-Foreign Fixed-Price Contracts, 252.229-7000, Invoices Exclusive of Taxes or Duties, and 252.229-7001, Tax Relief. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items with clauses 52.203-6 with Alternate I, and 52.232-33 marked. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with clauses 52.203-3, 252.232-7003, 252.243-7002 and 252.247-7024 marked. 52.228-3, Worker's Compensation Insurance (Defense Base Act). 52.229-6, Taxes--Foreign Fixed-Price Contracts. 52.233-2, Service of Protest: Fill-in paragraph (a): 700 Contracting Squadron, Am Opelkreisel, Rhine Ordnance Barracks, Building 164, Box 3115, APO AE 09021, D-67663 Kaiserslautern, Germany. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. 52.245-1, Government Property. 52.245-9, Uses and Charges. 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 52.252-2, Clauses Incorporated by Reference: The full text of a clause may be accessed electronically at http://farsite.hill.af.mil. 252.209-7001, Disclosure of Ownership or Control By The Government of a Terrorist Country. 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.222-7002, Compliance With Local Labor Laws (Overseas). 252.225-7041, Correspondence in English. 252.225-7042, Authorization to Perform. 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States: Paragraph (d) is completed as follows: Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA, Telephone DSN 945-7035/36, Commercial (210) 925-7035/36. 252.229-7000, Invoices Exclusive of Taxes and Duties. 252.229-7001, Tax Relief: The offeror shall include which taxes or duties have been excluded from the contract price including the country. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010, Levies on Contract Payments. 252.233-7001, Choice of Law (Overseas). 5352.201-9101, Ombudsman - Paragraph (c) is completed as follows: The MAJCOM ombudsmen are: Primary: Col Paul Horst, Tel. (commercial) 49-6371-47-5910, email: paul.horst@ramstein.af.mil, Alternate: Mr. Dave Jones, Tel. (commercial) 49-6371-47-2209, email: Dave.Jones@ramstein.af.mil. 5352.223-9001, Health and Safety on Government Installations. 5352.242-9000, Contractor Access to Air Force Installations. Proposals shall be submitted electronically by email or FAX no later than 10 September 2009, 16:00 hours local time to one of the following email addresses: Gabriele.Binder@ramstein.af.mil or Inge.Jenkins@ramstein.af.mil or FAX Number 049-631-536-8410. Late submission will be handled in accordance with provision 52.212-1(f). Contact Ms. Gabriele Binder, telephone +49-631-536-7635 or 8326 for information regarding this solicitation. Prospective offerors are requested to notify 700 Contracting Squadron (Mrs. Binder or Mrs. Jenkins) if they are unable to bid as a result of restrictions contained in the specifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/ROB/FA5613-09-T-0045/listing.html)
 
Place of Performance
Address: Ramstein Air Base, Ramstein, Non-U.S., Germany
 
Record
SN01938335-W 20090904/090903001704-13fd2ed9566dc495527b5185b490b35c (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.