|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 B -- CHLORINE DEFICIENCIES STUDY SOL F0863798QY082 DUE 082698 POC A1C
Marcus D. Adams (850) 283-8617/2931 or TSgt. Donald Sumner (850)
283-8610/2931 WEB: AETC Contracting Home Page,
http://www-contracting.aetc.af.mil. E-MAIL: Click here to contact
contract administrator via email, Marcus.Adams@tyndall.af.mil. This is
a combined synopsis/solicitation for commercial services 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. This is a Request for
Quotation (RFQ), RFQ No. F08637-98-QY082. The solicitation document,
incorporated provisions, and clauses are those in effect through the
Federal Acquisition Circular 97-04. This solicitation is 100% set aside
for Small Businesses under SIC 8711, size standard 2.5 million. The
contractor shall furnish all labor, tools, parts, equipment, materials,
supplies, personnel, transportation and other items necessary to
provide services to study the chlorine difficiencies in the water
distribution system at Tyndall AFB FL. Statement of work as follows:
General: Provide services to study the chlorine deficiencies in the
water deficiencies in the water distribution system at Tyndall Air
Force Base and recommend improvement alternatives to comply with the
Safe Drinking Water Act. This project will consist of the following: 1.
Investigate and characterize the chlorine deficiencies in the water
distribution system, through reviewing available chlorine test data.
Additional field tests may be required and conducted by Tyndall AFB
personnel. 2. Evaluate and recommend chlorine booster pumps and
associated equipment. 3. Select chlorine booster pump locations by
evaluating the Tyndall AFB hydraulic analysis models for flow rates and
flow directions of water mains. 4. Provide a cost estimate for each
alternative. These costs shall include all capital costs and
anticipated yearly operation and maintenance costs. SUBMITTALS: A.
On-site investigation and summary of chlorine deficiencies. B. Summary
letter report of recommended alternative for chlorine deficiency
improvements to comply with the Florida Department of Environmental
Protection (FDEP) drinking water standards, including cost information.
Offerors are encouraged to submit commercial literature describing
their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON
THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS,
REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A
TECHNICAL PROPOSAL describing procedures. Contractor shall employ best
commercial practices in all services performed. The contractor shall
comply with all base security regulations and policy. The Government
will make award on the basis of the lowest evaluated price of quotes
meeting or exceeding the acceptability standards for non-cost factors.
The following factors shall be used to evaluate quotes: (1) price, (2)
ability to perform, and (3) past performance. The Government may
conduct pre-award surveys to determine offerors' technical and
financial abilities to perform. FAR 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition. OFFERORS MUST INCLUDE
WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR
52.212-4, Contract Terms and Conditions Commercial Items applies to
this acquisition. It is tailored as follows: subparagraph (c) is
changed to read: "Changes. Changes in the terms and conditions of this
contract may be made only by written agreement of the parties with the
exception of administrative changes such as changes in paying office,
appropriations data, etc., which may be changed unilaterally by the
Government." FAR52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Order-Commercial Items. Commercial
Items applies to this acquisition, as do the following FAR clauses
cited therein: 52.203-6 Alternate I, 52.203-10, 52.219-8, 52.219-14,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 (Wage
Determination No. 94-2121 Revision 11 dated 06/01/1998 applies),
52.222-42, 52.222-43, 52.225-3, 52.232-33, and 52.233-3. The following
FAR clauses also apply to this acquisition: 52.237-1, 52.237-2, and
52.252-2. The following DFAR clauses apply to this acquisition:
252.204-7004 252.212-7000, 252.212-7001, and 252.237-7012. The
following AETC FAR Supplement clause applies: 5352.237-9001 Performance
Conference (Jul 93) Offerors/bidders are hereby advised that if they
are awarded a contract as a result of this solicitation, they may be
required to appear at the 325th Contracting Squadron, Building Number
647, 501 Illinois Avenue, Suite 5 Tyndall AFB, FL 32403-5526 to attend
a preperformance conference prior to commencement of work on the
military installation. Referenced clauses and Wage Determination will
be made available upon request; or clauses may be accessed
electronically at http://farsite.hill.af.mil; and the Wage
Determination may be accessed electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
Prior to receiving any contract award contractors must be registered in
the Central Contract Registration (CCR) in accordance with DFAR clause
252.204-7004 REQUIRED CENTRAL CONRTACTOR REGISTRATION. If not already
registered, you should immediately register with CCR by calling
1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line
registration with the CCR is also available at the Small Business
Administration Internet address (www.sbaonline.sba.gov). All questions
for clarification must be submitted in writing. Proposals should
reference RFQ No. F08637-98-QY082 and are due by 26 Aug 98 to 325
CONS/LGCS ATTN: A1C Marcus Adams, 501 Illinois Ave., Suite 5, Tyndall
AFB FL 32403-5526. For more information contract A1C Marcus Adams at
(850) 283-8617 or TSgt. Sumner at (850) 283-8610. You may also email
marcus.adams@tyndall.af.mil. Posted 08/10/98 (W-SN234744). (0222) Loren Data Corp. http://www.ld.com (SYN# 0008 19980812\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|