Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOLICITATION NOTICE

Z -- Airfield PAPI Lights

Notice Date
5/25/2021 10:17:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
 
ZIP Code
83648-5296
 
Solicitation Number
FA489721Q0020
 
Response Due
6/11/2021 1:00:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
Tammie Morlock, Jaclyn D. Fish
 
E-Mail Address
tammie.morlock@us.af.mil, jaclyn.fish@us.af.mil
(tammie.morlock@us.af.mil, jaclyn.fish@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Airfield PAPI Lights Peformance Work Statement (PWS) 1. GENERAL INFORMATION. 1.1. Description of Work. The contractor shall provide all personnel, labor, supervision, management, supplies, tools, equipment, parts, materials, transportation, shipping & delivery, and all other items and services necessary to provide FAA approved LED Airfield PAPI Lights and perform supervision of installation, inspection, and commissioning of airfield lighting for use at Mountain Home AFB, Idaho. All work shall be accomplished in accordance with this Performance Work Statement (PWS), all applicable federal, state, local laws, regulations, manufacturer�s specifications, and commercial practices. 1.2. Hours of Operation. The contractor shall be available between Monday through Friday 7:00 am to 4:30 pm (local) time (MST). These are the �normal� hours of operation. Weekends or holidays shall not be counted as a business day. 1.2.1. Holidays. The contractor shall not be required to provide normal services/work during federal holidays. Federal holidays are defined as follows: New Year�s Day� � � � � � � � � � � � � � � � � � � �Independence Day (July 4th)� � � � � � � � � � � � � � Thanksgiving Day Martin Luther King�s Birthday� � � � � � � � � �Labor Day� � � � � � � � � � � � � � � � � � � � � � � � � � � � �Christmas Day President�s Day� � � � � � � � � � � � � � � � � � � � Columbus Day� � � � � � � � � � � � � � � � � � � � � � � � � Memorial Day� � � � � � � � � �Veteran�s Day NOTE: Holidays occurring on Saturday will be observed the preceding Friday. Those occurring on Sunday will be observed the following Monday 2. REQUIREMENTS. The contractor shall perform all work associated with the requirement based on this section. This system uses two LED light channels on each light unit to provide pilots with precise visual information, enabling a safe approach to land on the runway. 2.1. Airfield LED PAPI Lights. This is a name brand requirement. The contractor shall provide 8 LED PAPI lights in accordance with FAA Advisory Circular 150/5345-53D and addendum. MFG� � � � � � � � � � � � � � � � � � � � � � � � � � � � FAA TYPE� � � �CLASS� � � � �STYLE� � � � �CAT NO ADB SAFEGATE AMERICAS, LLC� � � � �L-880(L)� � � � � I, II� � � � � � � � B� � � � � � � � � �LPLF-B40000 (60 2.2. Supervision of Airfield PAPI Light installation. The contractor shall provide certified personnel to support 366 Civil Enginnering members in the installation of PAPI Lights. This replacement will ensure continued power to the airfield lighting PAPI system and its effected electrical equipment. 2.3. Airfield Lighting Inspection. The contractor shall ensure that any software is updated and merged into the existing airfield lighting control system, and that all the electrical components on these units operate properly in accordance with the manufacturer�s specifications. 2.4. Commissioning. The contractor shall commission the airfield lighting in accordance with the FAA Advisory Circular 150/5345-53D and addendum, and all Federal, State and Local regulations. 2.5. Warranty and Deliverables. The contractor shall include standard warranty for the equipment and commissioning. 2.5.1. The contractor shall provide any documentation with warranty information along with documentation needed by the FAA. 3. SURVEILLANCE & QUALITY ASSURANCE. 3.1. Quality Control. The contractor shall employ their commercial quality control program and procedures to identify, prevent, and ensure non-recurrence of defective services. Through implementation of the contractor�s quality control program/procedures, the Government shall receive quality services meeting the requirements of this contract. All quality control records shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 3.2. Quality Assurance. The Government may use various quality assurance methods to determine the contractor�s compliance with the PWS and the contract requirements in accordance with FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items (a) Inspection/Acceptance. 3.3. Re-Performance of Non-Conforming Work. Upon acceptance of work, any work found to not be in accordance with this statement of work/contract shall be re-performed by the contractor at no additional cost to the government. 4. CONTRACT ADMINISTRATION. During performance under contract, the contractor shall participate in administrative tasks inherent to the administration, surveillance, and oversight of contract performance. 4.1. Contract Employees. All contract personnel must be able to read, write, speak, and understand English fluently. Contract personnel shall present a neat appearance, and be easily identified as a contract employee. The contractor shall obtain base identification and vehicle passes for all employees who make frequent visits to, or perform work on Mountain Home AFB in accordance with the current installation access/entry requirements. Contractor personnel are required to wear or prominently display installation identification while visiting or performing work on the installation. The contractor shall not employ persons for work on this contract identified to the contractor by the CO as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Each employee will be easily identified by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee name(s). The contractor shall not employ any person who is an employee of the Government, if employing that person would create a conflict of interest. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the service provider�s ability to perform; however, their absence at any time shall not constitute an excuse for non-performance under this contract. 4.2. Interferences. The contractor shall not unduly interfere with regular scheduled government operational activities in the performance of contract requirements. In the event a government supervisor so requests, the contractor shall temporarily cease work in the area and report the issue, to include the name of the government personnel involved to Contracting Officer immediately. The contractor shall notify the Contracting Officer verbally of disputes with customers or other base contractors and follow-up in writing. 4.3. Records Management. The contractor shall create, handle, and maintain records for the Air Force, regardless of medium, in accordance with the requirements established in AFRIMS Records Disposition Schedule (RDS), AFI 33-322, Records Manage Program, AFI 33-364, Records Disposition Procedures and Responsibilities, and AFM 33-363, Management of Records. Full text versions of these publications are available for free download at http://www.e-publishing.af.mil. Inquiries as to the specific actions necessary to meet the requirements established in the above referenced publication may be directed to the Mountain Home Records Management Office at 366 CS/SCOKR, Bldg. 512, Mountain Home AFB, ID, 83648. 4.4. Safety Requirements and Reports. The contractor shall perform work in a safe manner as required by Occupational Safety and Health Adminstration (OSHA) and National Electrical Code (NEC) requirements. 5.0. ENVIRONMENTAL CONTROLS. 5.1. Hazardous Material Inventory and Safety Data Sheets. SDS are required as specified in the latest version of Federal Standard No. 313 for all potentially hazardous materials. SDSs must be submitted by the Contractor upon contract award to the Hazardous Materials Program Manager (366 FW/A7IE) at 208-828-1684/6351 for a determination of whether or not a product is a HAZMAT and what additional requirements may be applicable/necessary. Approval is required before bringing any hazardous materials (HAZMAT) onto the installation. The government (HAZMART personnel) will inventory all chemicals that the Contractor brings on to Mountain Home AFB or any property under the control of Mountain Home AFB. Any products that meet the criteria of �Hazardous Waste� must be bar coded and tracked until permanently removed from government property. The inventory will be performed prior to commencement of work. Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261. 5.2. Material Storage and Use. The contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. 5.3. Notification of Environmental Spills. If a spill occurs, the person discovering the spill will make every effort to stop the product flow (if possible), warn personnel, shut off ignition sources, contain the spill, make notifications, and begin cleanup. If the spill is considered an emergency and there is a potential life, health, fire, or other safety hazard, the MHAFB Fire Department will be notified IMMEDIATELY. Responsible units/activities will clean up small spills safety and within their capabilities to do so. Generally, a spill of only a few gallons will recovered by the responsible unit/activity using absorbent materials or a spill kit located by the site. Recovered product and contaminated materials will be packaged and staged for disposal in accordance with the installations hazardous waste procedures. Contact the Environmental Office (208-828-6351) for guidance. The liability for the spill or release of such substances rests solely with the contractor and its agent. 5.4. Waste. Identify, label, handle, store, and dispose of hazardous waste or debris in accordance with federal, state, and local regulations. Ensure all waste has undergone the appropriate hazardous waste determination and documentation is retained for these determinations. If hazardous wastes are generated the contractor will be required to setup and maintain a hazardous waste accumulation point. All hazardous waste generated must be disposed of at a RCRA permitted treatment storage or disposal facility. Do not dispose of hazardous waste on Government property. Do not discharge any waste to a sanitary sewer, storm drain, or to surface waters or conduct waste treatment or disposal on Government property without written approval of the Contracting Officer and Environmental. Consult with the Hazardous Waste Program Manager (366 FW/A7IE) at 208-828-1684/6351 prior to disposal of any waste. 5.5. Historic Preservation. MHAFB houses numerous historic properties (buildings, structures, objects, archaeological sites) managed in compliance with the National Historic Preservation Act (NHPA), and its implementing regulations at 36 CFR 800. In order to avoid inadvertent adverse effects to historic properties, coordination with 366FW A7IE Cultural Resources Manager, Ms. Noelle Shaver (828-8003/6351) is required prior to implementation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a0578b8127a40fe9d4b3f60570fd2a2/view)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN06012206-F 20210527/210525230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.