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