Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOLICITATION NOTICE

17 -- Replace Roll-up Door and Pipe in Rolling Steel at Building 7004

Notice Date
6/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-14-P-0051
 
Archive Date
7/1/2014
 
Point of Contact
Geneva L. Siratt, Phone: 3256961457, Keaston Simmons, Phone: 325-696-3152
 
E-Mail Address
geneva.siratt@us.af.mil, keaston.simmons@us.af.mil
(geneva.siratt@us.af.mil, keaston.simmons@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DEPARTMENT OF THE AIR FORCE 7TH CONTRACTING SQUADRON (ACC) 381 Third Street Dyess AFB, Texas, United States 79607 PREPARED BY: GENEVA SIRATT Combined Synopsis/Solicitation WO 42393 and WO 42406, Building 7004 Roll-up Door Replacement and Pipe in Rolling Steel - Reference FA4661-14-P-0051 SOLICITATION DATE: 5 June 2014 QUOTES DUE: NLT noon CST, 16 June 2014 Requesting Agency: 7th Civil Engineering Squadron - 7 CES/CEOHS Dyess Air Force Base, Texas, United States Purchasing Agency: 7th Contracting Squadron - 7 CONS/LGCA Dyess Air Force Base, Texas, United States 79607 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number FA4661-14-P-0051. This requirement is a 100% total small business set-aside IAW FAR 19.502-2. The NAICS code for this requirement is 238290, Other Building Equipment Contractors, with a small business size standard of $14,000,000.00 ($14M). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 30 May 2014 and Defense Federal Acquisition Regulation DPN 20140528 effective 28 May 2014. SITE VISIT: A site visit will be conducted on Tuesday, 10 June 2014 at 1400 in accordance with (IAW) FAR 52.237-1 - Site Visit. The site will be at building 7004, at the southwest corner of the building, on Dyess Air Force Base, Texas 79607; however the vendors will be escorted from the gate to the site by one of the following: SSgt Perez-Valadez and/or Geneva Siratt. All vendors that intend to attend the site visit shall submit an email request with the names and vehicle tags of the individuals that will be in attendance to Geneva Siratt (EMAIL ADDRESS BELOW) no later than 1600hrs on Monday, 9 June 2014. Note: IAW FAR 52.237-1 - Site Visit, in no event shall the failure to inspect the site constitute grounds for a request of equitable adjustment and/or claims for unanticipated costs that may be incurred after contract award. Quote shall include a unit price and total price for the following bid schedule: BID SCHEDULE Line Item Number Description Period of Performance Quantity Unit Unit Price Total Price 0001 Provide all labor, equipment, tools, materials, supervision, and all other necessary items to replace the roll-up door system in building 7004. The contractor shall begin within 10 days of Award and complete work within 30 days of Award. 1 Each 0002 Provide all labor, equipment, tools, materials, supervision, and all other necessary items for the replacement of the pipe in rolling steel (complete shaft and assembly) on the southwest corner of building 7004. The contractor shall begin within 10 days of Award and complete work within 30 days of Award. 1 Each o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.), with the exception of replacement parts. o Prices shall be quoted in USD ($) and quotes shall be valid for a minimum of 60 days. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Quote Specifics: DUE DATE: Quotes are due to this office NLT noon CST, 16 June 2014. Quotes may be sent via e-mail to Geneva Siratt, geneva.siratt@us.af.mil, or SSgt Keaston D. Simmons, keaston.simmons@us.af.mil. General Information: All quotes must include the following general information: 1. Companies or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes must be valid for a period of no less than 60 days. Price Information: Vendor must complete the bid schedule found on page 2 of this solicitation. Evaluation of Quotes: The Government's evaluation of quotations will fully account for the evaluation factors identified and required under the quote specifics above. Quotes that do not meet the quote specifics will be deemed unacceptable, and therefore not considered for award. Basis of award for this contract will be to the vendor whose quotation (conforming to this solicitation) is determined to be the lowest priced with no discussions. Therefore, quotations should contain the vendor's best terms from a price standpoint. The sections of the quote will be evaluated in the following manner: General Information: This section will not be evaluated for award under lowest priced. It is primarily used for identification purposes. Price Information: (Determining Factor - The vendor whose price is the lowest will be deemed the "lowest price".) The vendor must have completed the bid schedule found on page 2 of this solicitation. The Government will evaluate the vendor's quote with competitive quotes received from other companies in the industry. AWARD BASIS: The Government will award to the vendor whose quotation is determined to be the lowest price. Primary point of contact: Construction Contract Specialist: Geneva Siratt TEL: +1(325)696-1457 or EM: geneva.siratt@us.af.mil Secondary Point of contact: Construction Contract Specialist: Keaston D. Simmons TEL: +1(325)696-3152 or EM: keaston.simmons@us.af.mil The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: CLAUSES INCORPORATED BY REFERENCE 52.211-10 Commencement, Prosecution, and Completion of Work APR 1984 52.212-4 Contract Terms and Conditions MAY 2014 52.212-5 Contract Terms and Conditions Required to MAY 2014 Implement Statutes or Executive Orders -- Commercial Items 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-12 Contract Termination-Debarment FEB 1988 52.222-15 Certification of Eligibility FEB 1988 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.232-23 Assignment Of Claims JAN 1986 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.244-6 Subcontracts for Commercial Items DEC 2013 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-4 52.252-2 52.252-6 Termination for Convenience of the Government (Services) (Short Form) Clauses Incorporated by Reference Authorized Deviations in Clauses APR 1984 FEB 1998 APR 1984 52.253-1 Computer Generated Forms JAN 1991 Department of Defense Federal Acquisition Regulations (DFAR): 252.232-7003 252.232-7006 Electronic Submission of Payment Requests and Receiving Reports Wide Area Workflow Payment Instructions JUN 2012 MAY 2013 252.229-7000 Invoices Exclusive of Taxes or Duties Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. Attachment(s): Performance Work Statement ATTACHMENT 1 | PERFORMANCE WORK STATEMENT PERFORMANCE WORK STATEMENT W/O 42393, REPLACE DAMAGED ROLL UP DOOR BLDG 7004 1. DESCRIPTION OF SERVICES: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items to replace the roll up door system in B-7004 1.1 The contractor shall be responsible for all measurements and determining correct material requirements. 1.2 A site visit will be required in the presence of a CE representative to verify all material requirements, dimensions, and work required. 1.3 The contractor shall remove existing roll up door and any other associated material, at each location ensuring all waste is properly disposed IAW Para 6. 1.4 The contractor shall prepare the work surface for a clean installation of the replacement roll up door. 1.5 The contractor shall furnish and install the roll up door. The roll up door shall be similar to the existing one and will be manually operated. The approximate dimensions of the door are 10' wide by 12' high 1.6 The contractor shall be responsible for proper placement and installation of the roll up door system. 1.7 An AF Form 103, Base Civil Engineer Work Clearance Request, shall be completed by the contractor and approved by 7 CES prior to start of work; furthermore, the document must be renewed every 30 days until the completion of the contract. Preparation and approval of the AF Form 103 can be worked through the assigned 7 CES contracting officer representative (COR). 1.8 The contractor shall be responsible for any damages occurring to government or private property during installation of the roll up door resulting from any actions of contractor employees or equipment. 1.9 The contractor shall be responsible for the disposal of the previous roll up door, any material/debris and any other associated waste from the installation of the roll up door, IAW Para 6. 1.10 The contractor shall prepare a material submittal for approval by the government prior to ordering or installing any material. 1.11 Upon completion of the work, the contractor shall provide manufacturer's specifications and maintenance guidelines for the type of roll up door installed. 1.12 The contractor shall have all upgrades completed within 10 calendar days from when repairs begin. 1.13 The contractor shall warranty all work for a period of no less than 1 year from the date of acceptance by the government. 2. HAZARDOUS CONDITIONS. During the course of performing work under this contract, should the contractor find conditions existing that prevent the performance of task specified; the Contracting Officer shall be immediately notified. A confined-space permit must be obtained through the proper authorities before entering any confined space. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor will provide all equipment and storage media necessary to perform tasks. 3.1. Toilet Facilities. Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times. 3.2 Security Police and Fire Protection. The government will provide general on-base security police and fire protection service. Security police phone extension is 696-2131 for emergencies, and 696-4100 for routine calls. Fire protection emergency phone is 911 from any on-base phone, 696-2117 from a cell phone. 3.3. Telephone. The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized. 4. HOURS OF OPERATION. Working hours for the contractor will normally be between the hours of 7:30 AM and 4:30 PM excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 5. SAFETY AND HEALTH. All holes/pits/trenches/manway openings, etc, that are to be left open shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole. 5.1. OSHA Requirements. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96. 5.2. State Requirements. All companies who conduct business within the state of Texas must, in accordance with Texas Workman Compensation laws (Texas House Bill 62), have an approved company safety policy and an Accident Prevention Plan. The plan, approved by the Texas Workman Compensation Commission (TWCC), shall be submitted For Information Only (FIO) in accordance with paragraph SUBMITTAL REQUIREMENTS. In addition to meeting the TWCC requirements; the plan must also include the requirements of COE Safety Manual 385-1-1. 5.3 Burn Permit: Contractor shall obtain required advance approval for any process that includes welding, soldering, brazing, cutting with or use of a torch, or any other operation that involves a flame or equipment that produces a high degree of heat. Approval must be requested 24 hours in advance via an AF Form 592. Assigned COR will assist in filling out and processing the AF Form 592 when/if required. Operations shall not commence until the Dyess Fire Department approves the AF Form 592 and assigns a control number. Contractor shall put a fire watch in place and shall have appropriate fire extinguishers on-site at the location of the work. Contractor shall coordinate work start to allow an on-site inspection by Dyess Fire Prevention personnel prior to any portion of the work that requires the AF Form 592. 6. Disposition of Waste, Excess, Scrap, and Salvage Materials. The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor - unless specifically excepted below. Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations. Following is a list of materials (Exceptions) that will be generated as a result of this contract and shall be turned-into the Government at a location at Dyess AFB designated by the Contracting Officer: Exceptions: None. 7. Radiation Permits and Authorizations. Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Dyess AFB Radiation Safety Officer (RSO), 7 ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Dyess AFB must be forwarded to 7 ADOS/SGGB, 697 Hospital Road, Dyess AFB, TX 79607-1367 (this is mailing address, physical address is 880 Third St.) or (915)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors will not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (7 ADOS/SGGB) a copy of contractor's radioactive materials permit and training certificates, if radioactive material will be brought onto Dyess AFB. 8. Security Requirements 8.1 Levels of Security. Dyess AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Dyess AFB in question. 8.1.1 The lowest level of security exists in "GENERAL ACCESS" areas. These areas are all of Dyess AFB outside of the "USAF Controlled" and "USAF Restricted" areas. 8.1.2 "USAF Controlled" access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. 8.1.3 The highest level of security on Dyess AFB is that within the "USAF RESTRICTED AREAS". These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a "USAF RESTRICTED AREA" shall be submitted at least 7 calendar days in advance for approval and coordination of Dyess AFB Security Forces. 8.2 Closed Base. Dyess AFB is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer shall provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. 8.3 Dyess Form 173. The Dyess AFB Form 173 is subject to the privacy act of 1974, Authority: 10 U.S.C. 8012 and 5 U.S.C. 552a(b)(7). Disclosure is Mandatory: Failure to provide the information and Social Security Number (SSN) could result in denied access to the Dyess AFB installation. 8.3.1 Effective 1 Nov 04, a completed signed original Dyess Form 173 (Mar 04) must be delivered to Pass & ID by 0900 on the duty day prior to the desired day of entry onto Dyess AFB. All information on the Dyess Form 173 must be typed and the authorizing signature must be in blue or black ink. Personal information provided on the Dyess Form 173 will be cross-referenced against state and federal criminal databases to identify those individuals possessing outstanding warrants. Those individuals with outstanding warrants will be detained at the Visitor Control Center on the desired day of entry, and turned over to Abilene Police Department. 8.3.2 The approving authority (individual on the 577) can make "ink changes" in red ink to correct any errors noted on the form. All changes have to be initialed by the approval authority. 8.3.3 All Contractor day laborers will be processed via the Texas Law Enforcement Terminal System (TLETS-police wants/warrants check). At this time, someone with military credentials or a Trusted Agent will physically have to meet them to sponsor them onto the installation. Once it is determined the individual is cleared from any wants or warrants and their state or federal identification is valid, their pass will be issued. 8.3.4 Once the Dyess Form 173 has been vetted through TLETS and checked for errors, the Pass and Registration Section shall issue a Contractor badge utilizing the original Dyess Form 173. Once a badge is obtained, they need only show the badge at the installation gate for entry onto the installation. 8.3.5 The Dyess Form 173 will be maintained at the VCC for 30 days in order to issue badge credentials. If the Contractor hasn't requested credentials prior to the 30 days expiration, the form will be void and must be resubmitted if credentials are later requested. After one year on file the expired Dyess Form 173 will be destroyed. 8.4 Trusted Agent Letter for Day Labor Requests. 8.4.1 Purpose of Letter: To provide sponsoring authority to specific contractor individuals as identified by their sponsoring agency (7 CONS, Army Corp of Engineers, etc) to sponsor day laborers on for one to thirty day periods. 8.4.2 The Letter Process: 8.4.2.1 The sponsoring agency, in coordination with their contractor, shall identify contractor individuals that require sponsoring/vouching authority. This authority is given to the contractor for the purpose of sponsoring day laborers/job site personnel sub-contracted as a result of an unexpected or new requirement not previously identified in the current contract. This authority will not be given to contractors for convenience only, but should be limited to the smallest group of manager or foreman contractor personnel needed to complete their assigned contract. It is the responsibility of the sponsoring agency to ensure the Trusted Agent Letter remains current. A Trusted Agent must possess a valid driver's license and have been issued contractor badge credentials for a minimum of six weeks. Additionally, all reasonable actions should occur to prevent use of this process when a known laborer/sub-contractor was required well in advance of the day labor/sub-contractor request. (Effective Date: Immediately) 8.4.2.2 The sponsoring agency shall provide this letter to the Pass and Registration Section who will maintain it on file. The Pass and Registration section shall post a copy of the letter at the VCC, as a reference, to verify which contractor personnel have sponsoring/vouching authority 8.5 The Process to get Day Labors/Job Site Personnel Sub-Contracted onto the Installation: The contractor individuals identified in the Trusted Agent Letter will be physically present to sponsor individuals requiring one to thirty days entrance. The VCC clerk will verify the identity of all individuals by checking their valid State/Federal Identification card. The VCC clerk will check 100% of the individuals via the TLETS. Should any individual not possess a valid identification card, they will be turned away at the VCC and entry to the installation denied. All information must be validated by the clerk before the contractor will be allowed to proceed onto the installation with the sponsored individuals. Should an AF Form 75 be issued, the driver will be required to produce a valid driver's license, current insurance card, and current registration for the vehicle being operated. Once on the installation, the Trusted Agent Contractor shall be responsible for the actions of the sponsored individuals. Should an incident occur with a sponsored guest, and negligence be proven on the part of the Trusted Agent Contractor, their vouching/sponsoring authority will be revoked. The Trusted Agent Letter can be adjusted to add and delete names of Trusted Agent Contractors as needed, as long as the provisions of this paragraph are followed. At no time will the Trusted Agent Contractor depart the installation and leave any of his/her sponsored individuals with another contractor that does not have the same vouching/sponsoring privileges. 8.6 All contractor companies must attend a contractor briefing given by Pass and Registration, who will provide a more detailed explanation regarding contractor badges and their uses. Pass and Registration reserves the right to not issue a contractor badge due to erroneous information or failure to disclose information on the Dyess Form 173. Any derogatory information received from the background check will result in the non-issuance of the contractor badge. 9. Identification of Contractor Vehicles. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage. All contractor vehicles shall enter Dyess AFB via the Tye Gate. Exceptions to Tye Gate are on weekends or between the hours of 1800 - 0630 during the weekdays when the Dyess AFB Main Gate may be used. 10. Other Vehicle and Licensing Requirements: 10.1 All contractor employees who will be driving a vehicle on Dyess AFB shall have a current driver's license with them at all times while on Dyess AFB. 10.2 All contractor vehicles to be operated on Dyess AFB will have a valid state registration, vehicle inspection, and insurance. Proof of registration and vehicle insurance must be physically available at all times while the vehicle is on Dyess AFB. 10.3 Any contractor employee who will be operating heavy equipment or specialized equipment that requires a license or certification shall be so licensed/certified with proof presented to the Contracting Officer's representative and 7 CES COR prior to work start. PERFORMANCE WORK STATEMENT W/O 42406, REPLACE PIPE IN ROLLING STEEL BLDG 7004 1. DESCRIPTION OF SERVICES: The contractor shall provide all labor, equipment, tools, material, supervision, and all other necessary items for the replacement of the pipe in rolling steel on the southwest corner, B-7004, Dyess AFB, Texas. 1.1 The contractor shall be responsible for all measurements and determining correct material requirements. 1.2 A site visit will be required in the presence of a CE representative to verify all material requirements, dimensions, and work required. 1.3 The contractor shall remove existing pipe and rolling steel, at each location ensuring all waste is properly disposed IAW Para 6. 1.4 The contractor shall prepare the work surface for a clean installation of the replacement pipe and spring assembly. 1.5 The contractor shall furnish and install the replacement pipe and spring assembly. Parts shall be similar to the existing pipe and spring assembly. The approximate dimensions of the door are 12' wide by 16' high 1.6 The contractor shall be responsible for proper placement and installation of the pipe and spring assembly according to manufacturer's guidelines and specifications. 1.7 An AF Form 103, Base Civil Engineer Work Clearance Request, shall be completed by the contractor and approved by 7 CES prior to start of work; furthermore, the document must be renewed every 30 days until the completion of the contract. Preparation and approval of the AF Form 103 can be worked through the assigned 7 CES contracting officer representative (COR). 1.8 The contractor shall be responsible for any damages occurring to government or private property during installation resulting from any actions of contractor employees or equipment. 1.9 The contractor shall be responsible for the disposal of any material/debris and any other associated waste, IAW Para 6. 1.10 The contractor shall prepare a material submittal for approval by the government prior to ordering or installing any material. 1.11 Upon completion of the work, the contractor shall provide manufacturer's specifications and maintenance guidelines for the type of parts installed. 1.12 The contractor shall have all upgrades completed within 60 calendar days from when repairs begin. 1.13 The contractor shall warranty all work for a period of no less than 1 year from the date of acceptance by the government. 2. HAZARDOUS CONDITIONS. During the course of performing work under this contract, should the contractor find conditions existing that prevent the performance of task specified; the Contracting Officer shall be immediately notified. A confined-space permit must be obtained through the proper authorities before entering any confined space. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The contractor will provide all equipment and storage media necessary to perform tasks. 3.1. Toilet Facilities. Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times. 3.2 Security Police and Fire Protection. The government will provide general on-base security police and fire protection service. Security police phone extension is 696-2131 for emergencies, and 696-4100 for routine calls. Fire protection emergency phone is 911 from any on-base phone, 696-2117 from a cell phone. 3.3. Telephone. The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized. 4. HOURS OF OPERATION. Working hours for the contractor will normally be between the hours of 7:30 AM and 4:30 PM excluding Saturdays, Sundays, and Federal holidays. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor must make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 5. SAFETY AND HEALTH. All holes/pits/trenches/manway openings, etc, that are to be left open shall be surrounded with a 48 inch high mesh fence with highly visible orange plastic coating. The fence shall be securely anchored with tension wires and posts as required to prevent sagging and located a minimum of 3 feet from the opening so as to prevent an individual, should they fall across the fencing, from falling into the opening. Holes shall also be covered, when not being worked in, with three quarter inch plywood or a metal grating that will prevent small children from entering the hole. 5.1. OSHA Requirements. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96. 5.2. State Requirements. All companies who conduct business within the state of Texas must, in accordance with Texas Workman Compensation laws (Texas House Bill 62), have an approved company safety policy and an Accident Prevention Plan. The plan, approved by the Texas Workman Compensation Commission (TWCC), shall be submitted For Information Only (FIO) in accordance with paragraph SUBMITTAL REQUIREMENTS. In addition to meeting the TWCC requirements; the plan must also include the requirements of COE Safety Manual 385-1-1. 5.3 Burn Permit: Contractor shall obtain required advance approval for any process that includes welding, soldering, brazing, cutting with or use of a torch, or any other operation that involves a flame or equipment that produces a high degree of heat. Approval must be requested 24 hours in advance via an AF Form 592. Assigned COR will assist in filling out and processing the AF Form 592 when/if required. Operations shall not commence until the Dyess Fire Department approves the AF Form 592 and assigns a control number. Contractor shall put a fire watch in place and shall have appropriate fire extinguishers on-site at the location of the work. Contractor shall coordinate work start to allow an on-site inspection by Dyess Fire Prevention personnel prior to any portion of the work that requires the AF Form 592. 6. Disposition of Waste, Excess, Scrap, and Salvage Materials. The title to all waste, excess, scrap, and salvage materials generated as a direct result of this contract is vested in the Contractor - unless specifically excepted below. Further (unless listed below in exceptions), these materials shall be disposed of off the Base by the Contractor in accordance with all applicable Federal, State, and Local Regulations. Following is a list of materials (Exceptions) that will be generated as a result of this contract and shall be turned-into the Government at a location at Dyess AFB designated by the Contracting Officer: Exceptions: None. 7. Radiation Permits and Authorizations. Contractors contemplating the use of devices containing radioactive materials (i.e., soil moisture/density probes) or non-ionizing radiation producing equipment (radio frequency radiation emitters or lasers) while performing work on this contract must obtain written authorization/permit from the Dyess AFB Radiation Safety Officer (RSO), 7 ADOS/SGGB. To obtain the required authorization permit, an application to bring a radioactive device on Dyess AFB must be forwarded to 7 ADOS/SGGB, 697 Hospital Road, Dyess AFB, TX 79607-1367 (this is mailing address, physical address is 880 Third St.) or (915)696-2325/3289, at least 45 days prior to the anticipated use. Without the proper authorization, Contractors will not be allowed to bring these devices on base. Also, Contractor shall provide Bioenvironmental Engineering (7 ADOS/SGGB) a copy of contractor's radioactive materials permit and training certificates, if radioactive material will be brought onto Dyess AFB. 8. Security Requirements 8.1 Levels of Security. Dyess AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Dyess AFB in question. 8.1.1 The lowest level of security exists in "GENERAL ACCESS" areas. These areas are all of Dyess AFB outside of the "USAF Controlled" and "USAF Restricted" areas. 8.1.2 "USAF Controlled" access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. 8.1.3 The highest level of security on Dyess AFB is that within the "USAF RESTRICTED AREAS". These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a "USAF RESTRICTED AREA" shall be submitted at least 7 calendar days in advance for approval and coordination of Dyess AFB Security Forces. 8.2 Closed Base. Dyess AFB is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer shall provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. 8.3 Dyess Form 173. The Dyess AFB Form 173 is subject to the privacy act of 1974, Authority: 10 U.S.C. 8012 and 5 U.S.C. 552a(b)(7). Disclosure is Mandatory: Failure to provide the information and Social Security Number (SSN) could result in denied access to the Dyess AFB installation. 8.3.1 Effective 1 Nov 04, a completed signed original Dyess Form 173 (Mar 04) must be delivered to Pass & ID by 0900 on the duty day prior to the desired day of entry onto Dyess AFB. All information on the Dyess Form 173 must be typed and the authorizing signature must be in blue or black ink. Personal information provided on the Dyess Form 173 will be cross-referenced against state and federal criminal databases to identify those individuals possessing outstanding warrants. Those individuals with outstanding warrants will be detained at the Visitor Control Center on the desired day of entry, and turned over to Abilene Police Department. 8.3.2 The approving authority (individual on the 577) can make "ink changes" in red ink to correct any errors noted on the form. All changes have to be initialed by the approval authority. 8.3.3 All Contractor day laborers will be processed via the Texas Law Enforcement Terminal System (TLETS-police wants/warrants check). At this time, someone with military credentials or a Trusted Agent will physically have to meet them to sponsor them onto the installation. Once it is determined the individual is cleared from any wants or warrants and their state or federal identification is valid, their pass will be issued. 8.3.4 Once the Dyess Form 173 has been vetted through TLETS and checked for errors, the Pass and Registration Section shall issue a Contractor badge utilizing the original Dyess Form 173. Once a badge is obtained, they need only show the badge at the installation gate for entry onto the installation. 8.3.5 The Dyess Form 173 will be maintained at the VCC for 30 days in order to issue badge credentials. If the Contractor hasn't requested credentials prior to the 30 days expiration, the form will be void and must be resubmitted if credentials are later requested. After one year on file the expired Dyess Form 173 will be destroyed. 8.4 Trusted Agent Letter for Day Labor Requests. 8.4.1 Purpose of Letter: To provide sponsoring authority to specific contractor individuals as identified by their sponsoring agency (7 CONS, Army Corp of Engineers, etc) to sponsor day laborers on for one to thirty day periods. 8.4.2 The Letter Process: 8.4.2.1 The sponsoring agency, in coordination with their contractor, shall identify contractor individuals that require sponsoring/vouching authority. This authority is given to the contractor for the purpose of sponsoring day laborers/job site personnel sub-contracted as a result of an unexpected or new requirement not previously identified in the current contract. This authority will not be given to contractors for convenience only, but should be limited to the smallest group of manager or foreman contractor personnel needed to complete their assigned contract. It is the responsibility of the sponsoring agency to ensure the Trusted Agent Letter remains current. A Trusted Agent must possess a valid driver's license and have been issued contractor badge credentials for a minimum of six weeks. Additionally, all reasonable actions should occur to prevent use of this process when a known laborer/sub-contractor was required well in advance of the day labor/sub-contractor request. (Effective Date: Immediately) 8.4.2.2 The sponsoring agency shall provide this letter to the Pass and Registration Section who will maintain it on file. The Pass and Registration section shall post a copy of the letter at the VCC, as a reference, to verify which contractor personnel have sponsoring/vouching authority 8.5 The Process to get Day Labors/Job Site Personnel Sub-Contracted onto the Installation: The contractor individuals identified in the Trusted Agent Letter will be physically present to sponsor individuals requiring one to thirty days entrance. The VCC clerk will verify the identity of all individuals by checking their valid State/Federal Identification card. The VCC clerk will check 100% of the individuals via the TLETS. Should any individual not possess a valid identification card, they will be turned away at the VCC and entry to the installation denied. All information must be validated by the clerk before the contractor will be allowed to proceed onto the installation with the sponsored individuals. Should an AF Form 75 be issued, the driver will be required to produce a valid driver's license, current insurance card, and current registration for the vehicle being operated. Once on the installation, the Trusted Agent Contractor shall be responsible for the actions of the sponsored individuals. Should an incident occur with a sponsored guest, and negligence be proven on the part of the Trusted Agent Contractor, their vouching/sponsoring authority will be revoked. The Trusted Agent Letter can be adjusted to add and delete names of Trusted Agent Contractors as needed, as long as the provisions of this paragraph are followed. At no time will the Trusted Agent Contractor depart the installation and leave any of his/her sponsored individuals with another contractor that does not have the same vouching/sponsoring privileges. 8.6 All contractor companies must attend a contractor briefing given by Pass and Registration, who will provide a more detailed explanation regarding contractor badges and their uses. Pass and Registration reserves the right to not issue a contractor badge due to erroneous information or failure to disclose information on the Dyess Form 173. Any derogatory information received from the background check will result in the non-issuance of the contractor badge. 9. Identification of Contractor Vehicles. Contractor vehicles must be marked on each side with company name with either permanent or semi-permanent/magnetic signage. All contractor vehicles shall enter Dyess AFB via the Tye Gate. Exceptions to Tye Gate are on weekends or between the hours of 1800 - 0630 during the weekdays when the Dyess AFB Main Gate may be used. 10. Other Vehicle and Licensing Requirements: 10.1 All contractor employees who will be driving a vehicle on Dyess AFB shall have a current driver's license with them at all times while on Dyess AFB. 10.2 All contractor vehicles to be operated on Dyess AFB will have a valid state registration, vehicle inspection, and insurance. Proof of registration and vehicle insurance must be physically available at all times while the vehicle is on Dyess AFB. 10.3 Any contractor employee who will be operating heavy equipment or specialized equipment that requires a license or certification shall be so licensed/certified with proof presented to the Contracting Officer's representative and 7 CES COR prior to work start.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-14-P-0051/listing.html)
 
Place of Performance
Address: Building 7004, 110 3rd Street, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03386251-W 20140607/140605234645-63cbb343e42fe9b8dfe7473e1cee5479 (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.