SOLICITATION NOTICE
54 -- T-38 Shelter
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-11-Q-0052
- Point of Contact
- Alexander J. Boyce, Phone: 660-687-2592, James D McCoy, Phone: 660-687-5435
- E-Mail Address
-
alexander.boyce@whiteman.af.mil, james.mccoy@whiteman.af.mil
(alexander.boyce@whiteman.af.mil, james.mccoy@whiteman.af.mil)
- Small Business Set-Aside
- HUBZone
- 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. FA4625-11-Q-0052 is being issued as a Request for Proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This procurement is 100% Hubzone Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 332311. The Small Business Size Standard is 500 employees. Paper copies of the RFP will not be made available. Proposals can be e-mailed to the following e-mail address: alexander.boyce@whiteman.af.mil or to 509cons.sollgca@whiteman.af.mil ; by FAX to (660) 687-5462 to the attention of A1C Alexander Boyce. NOTE: Proposals must be received by 16 September 2011, 2:00 PM CST in order to be considered for award; late proposals will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a proposal which, if timely received, shall be considered by this agency. Evaluation for this acquisition shall be lowest priced technically acceptable. A site visit will be conducted at Whiteman AFB, MO on 1 September 2011 at 9:00 AM CST. Any interested contractor that wishes to participate in the site visit must have every representative of their company that will attend submit their full legal name, date of birth, social security number, and driver's license number. All information must match the information on their driver's license and be submitted no later than 25 August 2011 at 2:00 PM CST. If information given to the contracting office is inaccurate or the individual is found on the base barment list or in the Missouri Uniform Law Enforcement System (MULES) then that individual will not be able to attend the site visit or gain access to Whiteman AFB. In addition, each representative that will attend the site visit must bring their driver's license and one other form of pictured government identification with them on the date of the site visit. The site visit will start at 9:00 AM CST at the Whiteman AFB Royal Oaks golf course. The site visit is not necessary for contract award, but it is highly encouraged that interested contractors attend. STATEMENT OF WORK T-38 Shelter The contractor's work shall consist of providing all equipment, materials, and labor to install one prefabricated sun shade shelter for the T-38 aircraft. Installation shall be on the east side of the existing shade structure and shall incorporate the structural support of the existing system. The contractor shall provide one (1) prefabricated T-38 aircraft cover capable of storing three (3) aircraft. The shelter shall each be approximately 123 feet X 68 feet with interior dimensions to allow 11' wingtip clearance, a minimum of 10 feet tail clearance, and a minimum of 10 feet from the nose and tail of the aircraft to the canopy edges. The canopy shall have 3:12 roof pitch. The roof shall be a minimum of 26-gauge, galvanized steel. The shelter shall be designed to withstand winds of 120 MPH, and snow loads of 30 lbs per square foot. The shelter shall have lighting that is controllable and independent of other shelters and have a minimum general lighting capability of 20 foot-candles meeting the updated NEC Class 1, Division 2 explosion proof requirements. Provide and install [8] 400 W Metal Halide Class 1, Division 2 explosion proof light fixtures. The top of shelter shall be equipped with L-810 LED obstruction lighting at both ends. All conduit and wiring, electrical panel, grounding and lights shall be Class 1, Division 2 per NEC. Connect lighting to the existing panel on the west end of the existing shelter. Lightning protection and grounded anchoring shall be applied to existing concrete pavement. Core drill concrete a minimum 4" diameter by 5" deep at each grounding rod location. In the center of each core, drill through the remainder of the concrete the diameter of the grounding rod. Provide and install the required grounding rods below the surface with enough space around the top that an o-meter/multi-meter can be clamped to it for testing. Provide and install a brass cover flush over the opening. The contractor shall provide portable electric power to ensure all lights are in proper working order prior to acceptance by the Government. Walls and superstructure shall be painted factory-finished applied in Antique Linen, Federal Specification # 23578, or equal. Delivery and installation shall be no later than 90 days after date of order. The following submittals shall be provided with your proposal: Foundation details, Anchoring details, Drawings sealed by an engineer, Color chips for the walls and superstructure, lightning protection and grounding plan sealed by a professional engineer. Warranty information to include a minimum of 20 years on structural steel, 20 years on paint and 15 years on leaks. All applicable design, construction, and safety standards shall be strictly adhered to. These may include Unified Facilities Criteria (UFC), Whiteman Design Policy, and other DOD and Air Force Regulations, manuals, and directives. This project shall be designed to satisfy the requirements of UFC 1-200-01 and UFC 4-010-01, AFI 32-1044, FAA AC 70/7460-1, AC 150/5340-30, and AC 1505345-43. END OF STATEMENT OF WORK The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-3 Notice of Total Hubzone Set-Aside or Sole Source Award 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of segregated facilities 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 for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 252.204-7003 Control of Govt Personnel work product 252.225-7000 Buy American Act 52.225-13 Restrictions on Certain Foreign Purchases 252.211-7003 Item Identification and Valuation. In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Reorientations and Certifications 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 252.212-7001 Contract Terms and Conditions required to implement statutes or Executive orders Applicable to Defense acquisitions of Commercial items. 52.252-6 Authorized Deviations in Clauses 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101Ombudsman 5352.215-9001 Notice of pre-bid/pre-proposal conference 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor access to Air Force installations Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/823bc59f3cbd58ecfa07b34002a1cfff)
- Place of Performance
- Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN02538739-W 20110819/110818000214-823bc59f3cbd58ecfa07b34002a1cfff (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 |