Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

39 -- Ash Silo Handling Equipment - Statement of Word

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W3D90118A001
 
Archive Date
7/3/2010
 
Point of Contact
Darrell D Ross, Phone: 406-731-3586, Ryan Phillips, Phone: 406-731-4039
 
E-Mail Address
darrell.ross@malmstrom.af.mil, ryan.phillips.11@malmstrom.af.mil
(darrell.ross@malmstrom.af.mil, ryan.phillips.11@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Proposal Bid Schedule Statement of Work for Removal & Installation of New Ash Silo Handling Equipment. COMBINED SYNOPSIS/SOLICITATION ASH SILO RECEIVING EQUIPMENT REPLACEMENT MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quote (oral quote will not be accepted) on RFQ reference number F2W3D90118A001. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (iv) This solicitation is a 100 percent total small business set-aside. The North American Industry Classification System (NAICS) code is 333414 with a size standard of 500 employees. (v) Description as follows: CLIN 0001: The purpose of this combined synopsis solicitation is for the removal and replacement of the ash silo receiving equipment and upstream wear back and piping to receiving equipment. The contractor will purchase and install a centrifugal receiver, pulse jet filter bughouse, and dual dump gate assemblies (or equivalent to) that meet the manufacturer specifications of existing equipment. All equipment will be replaced according to manufactured specifications. Contractor shall dispose of all materials removed to include the ash silo receiving equipment. (vi) Description of requirement: See the attached statement of work (SOW) for more detailed description. (vii) Delivery and installation shall be no later than 01 Oct 10. FOB: Destination, to: BLDG 82110 MALMSTROM AFB MT 59402-8780 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Site Visit is scheduled for 08 Jun 10 at 10:00am at bldg 82110 Malmstrom AFB, MT. All prospective attendees must contact A1C Phillips at (406)731-4039, email ryan.phillips.11@malmstrom.af.mil or TSgt Ross at (406)731-3586, email darrell.ross@malmstrom.af.mil and let them know you plan to attend. A government representative will meet you at the front gate to ensure access to the base for the site visit. Site visit notification must be no later than 3 Jun 10 at 2:00 PM MST. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet specifications. Addendum to FAR 52.212-2 Evaluation-Commercial Items Evaluation Factors Equipment shall meet or exceed the following technical specifications. •1. Installation and start up completed no later than 01 Oct 10 •2. Vacuum System shall be continuous cleaning system •3. Baghouse Design Working Vacuum shall not have less than 17" HG •4. Baghouse Air Cloth Ratio shall have a 5:1 minimum (based on ACFM) •5. Baghouse Collection Efficiency shall be no less than 99.5% + 2 micron (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 25 May 10. IF YOUR ORCA IS NOT CURRENT AS OF 25 MAY 10 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.203-3 Gratuities 52.203-6, Alt 1 Restrictions on Subcontractor Sales to the Government 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action's for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252-212-7000 Offeror Reps and Certs - Commercial Items 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Request 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman (HQ AF Global Strike Command/ A7K, 965 Twining Drive, Bldg 4565, Ste 102, Barksdale AFB, LA 71110-2415, (318) 456-6336. 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2, Clauses Incorporated by Reference 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 addresses: http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://www.wdol.gov/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (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 Defense Federal Acquisition Regulation Supplement (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) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DOD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DOD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: Paying Office DODAAC: F03000; Issuing Office DODAAC: FA4626; Inspector's BPN: F2W3D9; Email addresses: Customer: joseph.beard@malmstrom.af.mil Contracting Officer: darrell.ross@malmstrom.af.mil Contract Administrator: ryan.phillips.11@malmstrom.af.mil FSC: 4540 (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received no later than 4:00 PM MST, Thursday, 18 June 10. Quote must be faxed to (406) 731-4005 to the attention of A1C Ryan Phillips or emailed to ryan.phillips.11@malmstrom.af.mil and TSgt Darrell Ross darrell.ross@malmstrom.af.mil. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to A1C Phillips at (406) 731-4039 or e-mail address ryan.phillips.11@malmstrom.af.mil or TSgt. Ross at (406) 731-3586 or e-mail address darrell.ross@malmstrom.af.mil. Attachments: •1. Statement of Work •2. Proposal Schedule L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2 nd Ave North or 10 th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: •a. First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. •b. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. •c. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. •d. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. •e. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. •f. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. •g. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. •h. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. •i. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. •j. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note): Each vehicle must be insured for the above limits if not already covered in your contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W3D90118A001/listing.html)
 
Place of Performance
Address: 341CES/CERF, Malmstrom AFB, Montana, 59402-7536, United States
Zip Code: 59402-7536
 
Record
SN02160522-W 20100528/100526234755-4e2dbd6bcc95f30a39bce344005080f5 (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.