Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

J -- MAINTAIN AND CERTIFY BACKFLOW DEVICES ON THE OXNARD PLAIN SOL N47408-98-Q-3453 DUE 061998 POC Kris Slaton (805) 982-5056 or Adona Loftus (805)982-5058 DESC: This is a combined synopsis/solicitation for commercial services prepared IAW the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is set aside for small business, SIC Code 7699, 5.0M; estimated price range is $300,000.00 to $800,000.00. This is a combination FFP/IQ contract with a term NTE 60 months. Service to be performed at various sites on the Oxnard Plain. The following FAR clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Item, FAR 52.212-3 Offeror Representations & Certs -- Commercial Item, FAR 52.212-5 Contract Terms & Conditions and FAR 52.212-2 Evaluation -- Commercial Items or FAR part 13.106-2 will be used as evaluation factors. Past performance and cost are approx. equal in importance. Offerors to provide at least three references or a resume with their proposals. The Government reserves the right to add more contract clauses at time of award. Site visit shall be held at NCBC Port Hueneme on June 10, 1998 at 9:00 am. Meet Govt. representative at the Pass & ID Office, Bldg. 11 at the Pleasant Valley Gate. There will be no other visits scheduled. GENERAL REQUIREMENTS: The KTR shall provide repair, installation, replacement and certification services of all backflow devices in and around facilities and structures. The work shall include the identification, planning, scheduling, status reporting and analysis of backflow device operation, maintenance, repair and certification. A complete listing of all backflow devices for certification and their locations will be provided at time of award. All work shall be IAW the most current National Building and Plumbing Code and the original equipment manufacturers (OEM) most current written instruction and specifications, which the contractor shall obtain at no additional cost to the Govt. Current backflow devices in use are Febco, Watts, Hearsey, Wilkins, Neptune, Buckner, Beeco, CLA/VAL and Ames. KTR shall establish and maintain a complete Quality Control program in compliance with this work statement. REQUIREMENTS: BASE YEAR -- Firm Fixed Price -- 0001AA -- Backflow preventor annual certification: On an annual basis KTR shall provide inspection, maintenance IAW the OEM's most current specification and certification for backflow preventors. Certification shall include minor costs for repairs necessary for certification NTE $25.00 per backflow preventor. Provide a schedule of inspection to Govt. representative prior to start of work and a written certification for each backflow certified. If estimate for remedial repairs for certification exceeds $25.00, provide written cost estimate showing labor, materials and equipment required -- Quantity 129 Each. 0001AB -- Backflow Installation: KTR shall provide all labor, materials and equipment to install backflow preventor in the existing four inch water line for Bldg. 1491 at CBC Port Hueneme. There is nodevice installed in the building water supply system. Provide certification and add device to the inventory to be certified annually -- Quantity 1 Each. Indefinite Quantity Work -- 0002 -- Indefinite Quantity Work -- Provide certification of additional backflow preventors identified throughout the term of the contract, repair and installation as identified either by a Govt. representative or by inspection and submittal of repairs required for certification by the KTR during his normal work 0002AA -- Backflow Preventor Annual Certification: Provide annual certification of additional backflow preventors as identified by Govt. representative or by KTR during normal work. Certification shall include minor costs for material and labor necessary to certify. Minor costs not to exceed $25.00. Inspect and maintain to OEM's current specifications. Provide schedule of inspection and certification to Govt. representative. Provide a cost estimate of repairs if above estimate is above $25.00 -- Quantity 300 Each. 0002AB -- Backflow device repair and installation -- Labor only -- Quantity 800 Hrs. 0002AC -- Backflow device repair and installation -- Material only -- NTE $15,000.00. 0002AD -- Backflow device repair and installation -- Equipment only -- NTE $3,000.00. Option years contain the same line items as the base year except for 0001AB, which is one time only and not included in the options. The NTE costs of 0002AC and 0002AD remain constant through the term of the contract. DETAILED SPECIFICATIONS: The KTR shall provide all facilities, equipment, parts, materials, supplies, tools and services necessary to perform the requirements of this contract. KTR shall provide new parts when providing maintenance and repair services. All replacement units, parts and materials used in maintenance and repair of equipment shall be compatible with existing equipment and shall conform to OEM specifications and shall be equal to or exceed any OEM updated quality. All used parts must be surrendered to the Govt. representative. All equipment used in the performance of this contract shall be maintained and operated by the KTR. DISPOSITION OF ENVIRONMENTALLY SENSITIVE WASTES: KTR shall handle and dispose of any environmentally sensitive wastes in the following manner: Before being brought on station, an appropriate MSDS sheet shall be submitted to a Govt. representative for approval and retention. All consumable products generated by the specification shall be the responsibility of the KTR and the KTR shall make every effort to recycle versus dispose of the consumable wastes. HAZARDOUS WASTE SPILL: KTR shall respond to any hazardous waste spill resulting from this contract and clean up, bulk any spilled or contaminated substances including absorbents, foam, soil and debris, accumulated from the spill site. A spill contingency plan shall be submitted to the Contracting Officer for approval within 15 days of contract award. Spill response shall be immediately implemented upon recognition of such. Bulked products are to be removed, recoverables recycled and treat/dispose of the waste products that are not. Clean up is intended to restore the area to its pre-spill condition. The KTR shall transport these items to a recycling and/or treatment/disposal facility approved and permitted for such by the U.S. EPA/California Department of Toxic Substance Control (DTSC). Packaging materials, if applicable, shall also be recycled and/or treated/disposed of at a permitted facility. Should a spill occur during transportation of the hazardous waste, the KTR shall immediately notify the CBC Environmental Department, Mr. Bill Venable (805)982-3771 or the CBC Hazardous Waste Manager, Mr. Ivan Cekov (805)982-3770 while simultaneously following procedures that protect human health and the environment. WORK DOCUMENTATION: The KTR shall submit, for approval, the following documentation to the Contracting Officer within 15 days of contract award: Work Scheduling. A work schedule of planned performance during the term of the contract. Any changes should be coordinated with a Govt. representative at least 24 hours in advance. Maintenance Procedures. A schedule of maintenance procedures shall include activity, frequency, and manufacturer's reference. Contractor's Personnel and Contractor's License Certification. The KTR shall provide experienced, trained and certified personnel to perform this statement of work IAW the OEM installation and maintenance specification. Employee certifications shall be by the State or local government as required and a copy of their certificates shall be submitted to the Contracting Officer within 15 days of contract award. Contract Discrepancy Report. The Contracting Officer may send a "Contract Discrepancy Report" to the KTR listing deficiencies in the contractors work. The KTR shall remedy these deficiencies within 3 working days. Maintenance Documentation. The KTR shall document all maintenance performed. It shall identify the date of service, type of service, any unusual circumstances, recommendations and the name of the service personnel. This documentation shall be submitted to the Govt. representative within three working days from completion of the service. Reporting. The KTR must provide a written report with his monthly invoice of all work accomplished during the month that was in addition to the scheduled certifications/maintenance. Closing date for receipt of proposals is 6/19/98. Proposals may be faxed to (805) 982-9121 or mailed to the specialists listed above. (0132)

Loren Data Corp. http://www.ld.com (SYN# 0037 19980515\J-0002.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page