Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

United States Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, IL, 62225-5015

J -- OVERHAUL WASTEWATER PLANT BARSCREEN SOL F11623-99-T0824 DUE 052499 POC Steven Sills, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237, Email steven.sills@scott.af.mil -- YJ Still, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F11623-99-T08 24&LocID=468. E-MAIL: Steven Sills, steven.sills@scott.af.mil. 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. Services/Nonpersonal: 1. Description of Work: The work consists of furnishing all labor, tools, parts, materials, equipment, and transportation necessary to accomplish, but not limited to, the following: a. Contractor shall site verify any and all dimensions and/or existing site conditions prior to the commencement of work. b. Contractor shall brief all sub-contractors on all safety and fire prevention regulations, emphasizing the requirement to obtain a daily AF Form 592, Welding, Cutting, and Brazing Permit, when welding, cutting, or brazing operations are to occur under this order. An AF Form 592 can be obtained from and approved by the 375th Civil Engineer Squadron, Fire Protection Flight (375 CES/CEF), ext 256-5130. c. The work consists of furnishing all labor, transportation, materials and equipment to completely overhaul the Envirex Pivoting Type Bar Screen located in the inlet works (bldg 3301) at the wastewater treatment plant. This is to be accomplished by removing and replacing component parts to the equipment. Labor to include replacing boot, sprockets and chains, in addition to the cutting and rewelding of the boot section. At no time will the work being performed interfere with plant operations. Work will be coordinated with the wastewater plant foreman, (Bill Smith, 618-256-1686). These component parts are listed below. 1. 503-82653-80 _ Boot Section, Med. BS 75D PIV, 119.00_ A36 (1 each) 2. 503-82653-180 _ Boot Section, Med. BS 75D PIV (1 each) 3. H120989-124-100 -- Bottom Plate (1each) 4. 403-50222-14 _ Sprocket 720S, 9T, Split 2.94_B, Cast, STS, KW (2 each) 5. 603-20503-80 _ Sprocket 720S, 9T, Solid, 2.44_B, Cast, Foot Shaft (2 each) 6. 503-41398-80 _ Shaft Stub, 2.44_ Dia. w/Stoody #6 Liner (2 each) 7. 841-28016 -- Chain Pintle, 72S, Pin & Cotter (94 each) 8. 841-28335 _ Chain Attachment Lik, AD 474, 720S (8 each) 9. 841-32190 _ Chain Pin, Z107-L1, 720S Chain (8 each) 10. 841-32520 _ Chain Pinlock, B SA, 720S Chain (8 each) aa. All documents related to the disposal of hazardous material must be supplied to the 375th Civil Engineer Squadron, Environmental Flight (375 CES/CEV), ext. 256-2092. The contractor must obtain the proper documents from 375 CES/CEV to ensure all materials leaving Scott AFB can be tracked and accounted for, in accordance with all governing laws. bb. Under the 1992 Clear Air Act, all products used in executing this project must not be related to the Class I Ozone Depleting Chemicals identified in Air Force Policy. The following products are consider Class I ODC's; CFC-11, CFC-12, CFC-113, CFC-114, Halon 1211, Halon 1301, Halon 2402, CFC-13, CFC-111, CFC-112, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, CFC-217, Carbon Tetrachloride, and Methyl Chloroform. 2. Field Conditions: The contractor shall be responsible for all field measurements to accomplish work. Quantity and sizes of materials shall be determined from site visits. The contractor shall carefully examine the entire site and building(s)and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents. 3. Accomplishment of Work: The work areas of the existing building(s) will/may be in occupied and unoccupied facilities. The contractor must ensure that all accesses to the existing building(s) remain clear for occupants and emergency access at all times during the construction period. All temporary closures, barriers, and protective procedures shall be coordinated with the Contracting Officer. All work shall be accomplished between the hours of 7:30 a.m. and 4:30 p.m. 4. Work Conditions: The contractor shall coordinate work with the Contracting Officer. Thecontractor shall notify the Contracting Officer or the inspection representative the day he/she moves onto the work site to commence work. The contractor shall again provide notification the day he moves back to the work site after an interruption of work of two or more days duration. 5. Protection of Building Property: The contractor shall protect from damage all building property located in or adjacent to the building(s) and shall repair, replace or otherwise be held liable for all such damage. Building property include, but are not limited to, furniture, vehicles, or items of supplies. Exercise control measures of all dust and toxic fumes associated with cretin construction operations, in order to prevent hazards or illness to base and contractor personnel. 6. Cleanup: The contractor shall cleanup each work site at the end of each work day to the satisfaction of the Contracting Officer. Upon completion of the work, all construction equipment and debris shall be removed from the site and the area shall be left in a neat and completely acceptable condition as required by the General Provisions. Contractor must always recycle materials, such as, but not limited to cardboard and paper. The contractor will use whatever means necessary to store all recyclable materials and responsible for turning in recyclable materials to the Base Recycling Center. 7. Patching and Repairing: After the work has been completed, holes, cuts, and damages made in the finished surfaces of the work site and adjacent areas shall be properly repaired and restored to match the existing finishes. Any abrasion or disfigurement of the finish work or any portion of the building where any such abrasion or disfigurement is caused by the activities of the contractor shall be repaired and neatly refinished to match the adjacent work to the satisfaction of the Contracting Officer. 8. Products: All products shall conform to their respective manufacturing and performance publications. All materials and equipment used in the work area shall be the products of manufacturers regularly engaged in the manufacture of construction products. 9. Specifications: Work shall be performed in strict accordance with all applicable local, state, and national Building and Life Safety codes, American Disability Act (ADA) regulations, National Roof Contractor's Association specifications, Illinois Department of Transportation (IDOT) specifications, American Society for Testing and Materials (ASTM) specifications, Plumbing codes, and National Electric Codes (NEC). Safety issues must adhere to all applicable Occupational Safety and Health Act (OSHA) regulations, to include all other issues listed in the US Army Corps of Engineers Safety and Health Requirements manual (EM 385-1-1). A site-visit is scheduled for Thursday, 13 May, 2:00pm, Central Time, at the wastewater plant located at 3300 South Warehouse Rd, Scott AFB, IL. It is highly recommended that offerors attend the scheduled site-visit prior to submitting the request for quotation(RFQ). The closing date for the RFQ is Monday, 24 may, 12:00pm. Late quotations will not be accepted. Telephone quotations will not be accepted. Facsimile quotes will be accepted. Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR)Program. See Numbered Notes one 1 and 25. Contract is subject to the Service Contract Act of 1965. Wage Determination is attached. Far Part 52.212-1 Instructions to Orfferors, Commercial, is incorporated by reference. Far Part 52.212-2 Evaluation, Commercial Items: (i)Technical (ii)Past Performance (iii)Price. Technical and Past Performance, when combined are equal to Price. Far Part 52.212-3 Offeror Representation and Certifications, is attached. Far Part 52.212-4 Contract Terms and Conditions, Commercial Items, Is Incorporated by reference. Far Part 51.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items is attached. Posted 05/04/99 (D-SN327698). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0058 19990506\J-0007.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page