Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377

United States Air Force, Air Education and Training Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, AR, 72099

93 -- ELECTRIC WILDLIFE FENCE SOL F03602-99-Q0010 DUE 070799 POC Curtis Spath, Contract Specialist, Phone 5019876807, Fax 5019878119, Email curtis.spath@littlerock.af.mil -- Brenda Tate, Contracting Officer, Phone 501-987-8457, Fax 501-987-6624, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F03602-99-Q00 10&LocID=583. E-MAIL: Curtis Spath, curtis.spath@littlerock.af.mil. Electric Wildlife Fence: 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12 and Defense Federal Acquisition Regulation 19990614. This is a 100% set-aside for small business acquisition with a Standard Industrial Classification code of 5211, the business size standard is not to exceed 500 employees. Award will be determined by using the evaluation factors stated in provision 52.212-2, Evaluation-Commercial items. The Government intends to award a Firm Fixed Price purchase order for an electric wildlife fence which will restrain wildlife from the runway environment, but does not present a hazard to flying operations.The fence length will be in two sections for a total of approximately 30,000 feet with a minimum 6 feet height. The perimeters of the area are shown on the map provided. Ten (10) gates shall be provided which will vary 12 to 28 feet in width. Due to the proximity to the runway, a minimum number of fence posts is optimal. Provide an estimate of intervals between fence posts and total number of posts required. Structure must be durable, non high-tensile, and highly visible. All fence materials within the airfield clear zone must meet frangibility requirements in accordance with Federal Aviation Regulation Part 139. Fence cannot create electrical interference with aircraft, navigational aids, or other airfield electrical equipment. Provide a device on each fence that shows at a glance that the fence is functioning. Submit a sample of the fence line and post material to be used. Include best estimate for installation time not to exceed 30 days. Power will be provided immediately adjacent to the fence area. Warranty: Product must provide for at least a standard warranty period with technical support provided during this period. Maintenance: Proposal should include the recurring maintenance requirements of the fence. Fence effectiveness must be maintained during normal vegetation growth. Product must also provide minimal hazard to humans and wildlife. Contractor will provide warning signs which display the international symbols for electric hazard to meet the following criteria: minimum size of 4_ by 8_ to be placed at a maximum of 300_ intervals. Performance Test Period _ The product provided must be proven to meet 90% effectiveness, at preventing wildlife intrusions onto the runway, as compared to citings for the previous month to fence installation, over a minimum 60 day trial period, Acceptance of this fence will be determined upon completion of a successful trial period. If the product does not meet the performance criteria the company has the option to make any corrective actions needed for an extended trial period. If corrective actions cannot be made to the satisfaction of the government, the product will not be accepted and the company will remove the product at their own expense. Payment will not be made for an unacceptable product. Optional Bid Items: Installation cost will be bid as an optional bid item. Contractor will also propose cost to install a remote switch and monitor for each fence. The remote monitoring station will be located away from the fence at the location shown on the map. The optional bid items will only be awarded contingent upon availability of funds. The government reserves the right to only award bid item 0001 using government installation of the product. Bid item 0001 will be for all material, equipment, and technical oversight needed for installation of the fence to deter wildlife. Optional Bid item 0002 will be for all labor required for contractor installation. Optional Bid item 0003 will include all labor, equipment and material to install remote switching and monitor. There are several provisions and clauses that apply to this acquisition. The first provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this acquisition. There is an addendum to paragraph (h) in this provision. Only one award will be made as a result of this solicitation. Provision 52.212-2, Evaluation-Commercial Items, is hereby incorporated with the following evaluation factors to be included in paragraph (a) (1) past performance- Offerors shall submit at least 3 references from past contracts. All references shall be within the last two years. These sources may be contacted to validate the information. Submit references as soon as possible prior to proposal due date. (2) technical- Offerors shall submit all product literature for the materials which they are proposing, technical features to include the durability and maintainability of the products, warranty information to include the extent of technical support to be provided during the warranty period, time and personnel required for installation, and fence post intervals (3)price-Offerors cost proposal will be evaluated for reasonableness; this will be determined through competition.. Technical and Past Performance, when combined, are significantly higher than cost and price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Alt I (Deviation) Offeror Representation and Certifications Commercial Items and a completed copy of DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. Other Clauses and Provisions that apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include clauses in paragraph (b) 1,11,12,16,17,19,21(i)(ii),22; 52.222-20 Walsh-Healey Public Contracts Act; 52.225.20 Alt I, 52.232-18 Availability of Funds; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include clauses 252.227-7015 Technical Data-Commercial Items. A pre-proposal site visit is suggested. All interested parties should contact SSgt Spath for a time to view the site. All responsible sources may submit an offer, which, if received in a timely manner, will be considered by this agency. All FAR Clauses and Provisions can be found at http://farsite.hill.af.mil/VFFARa.htm . All proposals must be received at 314 CONS/LGCV, 642 Thomas Avenue, Little Rock AFB, AR 72099, 4:30 p.m. CST, 7 July, 1999. Posted 06/25/99 (D-SN347488). (0176)

Loren Data Corp. http://www.ld.com (SYN# 0348 19990629\93-0001.SOL)


93 - Nonmetallic Fabricated Materials Index Page