Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

MEDCOM CONTRACTING CENTER, ATTN MCAA BLDG 4197, 2107 17TH STREET, FORT SAM HOUSTON TX 78234-5015

Z -- CABLE CONCRETE EROSION CONTROL SYSTEM SOL DADA10-99-Q-0386 DUE 082799 POC Purchasing Agent Willie Copeland (210) 221-4155 (Site Code DADA10) WEB: hcaa.medcom.amedd.army.mil, hcaa.medcom.amedd.army.mil. E-MAIL: Willie_Copeland@medcom2,smtplink.amedd.army.mil, Willie_Copeland@medcom2,smtplink.amedd.army.mil. This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. DADA10-99-W-0386 is issued as a Request for Quotations (RFQ). The standard Industrial Classification (SIC) code is 3272 and related small business size is 500. This is set aside for small business. CLIN 0001. The contractor shall supply and provide all equipment, personnel, transportation, material, concrete, labor, including all cables, clamps, spreader bar, anchors, drive rods, mats, and geotextile matting, to fabricate cable concrete on site per specifications and drawings and provide technicians to direct and assist in the installation of the cable concrete at the designated sites. Designated sites are the areas adjacent to designated tank trail crossing areas and road complexes at Camp Bullis Road, Marne Road, and Malabang Road (EOD Range Entryway), Camp Bullis, TX. The areas will require site preparation before installing the cable-concrete. The Government will perform the site preparation. Site preparation will include cutting the existing roadway 14.5 inches below grade for installation approximately 13,376 square feet of CC-70 rated "cable concrete", grading the base level, roll and compact, place 6 inches of 3/4 inch gravel/stone in the cut, level the stone, install cable concrete over the base gravel. The outer edge of each roadway will be undercut to install a single block by "toe-in" and anchoring. Site preparation, by the Government, will be required for the installation of approximately 3,200 square feet of CC-20 rated "cable concrete" for drainage ditch stabilization. The preparation will include cutting the drainage ditch 8 1/2 inches below the existing grade and back filling with 6 inches of 3/4 inch gravel/stone. The duration of the work shall not exceed 180 days. The estimate date to start the project is around 1 October 1999. Government furnished materials. (1) Full access to the site, operational activities permitting. (2) Equipment lay down area at Camp Bullis for overnight storage of equipment, materials and vehicle parking. (3) Provide area adjacent to each project site to fabricate cable concrete. (4) The Government will perform preliminary site preparation, grading, compacting, and installing gravel/stone base, etc. (7) A central point of contact at the ITAM Office, Camp Bullis. Cable concrete specification: Mfg: International Erosion Control Systems specifications and drawings. Contractors should fax request for specifications and drawings consisting of 6 pages to Willie Copeland, telephone: facsimile (210) 221-4123. Telephone requests for specifications and drawings will not be accepted. If an item in this solicitation is identified as "brand name or equal" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified above in the specifications and drawings. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in the specifications and drawings; (2) clearly identify the item by (i) brand name, if any; and (ii) make or model number, if any; (3), include literature such as illustrations, drawings; and (4) clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offer clearly indicates in its offer that the product being offered is an "equal" product, the offer shall provide the brand name product reference in the solicitation. Qty: 1, Unit: LT, Unit Price: $_________, Amount: $_________. It is highly recommended that contractors attend the site visit at 0830 A.M., August 19, 1999, at Integrated Training Area Management (ITAM) Office, Building 5902, Camp Bullis, TX. Contractors must notify Mr. Copeland at telephone (210) 221-4155 if they plan to attend the site visit. The site will only be available during this time. This solicitation includes the provisions FAR 52.212-2, Instructions to Offerors-Commercial Items; and FAR 52.212-2, Evaluation Commercial Items, considering technical experience and capability, past performance, acceptability of product, and price, Technical experience and capability and past performance, when combined, are moderately more important than price. Contractors shall list their technical experience and capability and past performance in the offeror. Award will be made to one contractor. Offeror must complete copy of provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror representations and certifications-Commercial Items, prior to award. The clauses at 52-212-4, Contract Terms and Conditions-Commercial Item apply to this RFQ and any resultant contract. The FAR clause 52-212-5, Contract Terms and Conditions-Required to implement Executive Orders-Commercial Items, including as checked clauses: (b) 11, (b) 12, (b) 12, (b) 14, (b) 15), FAR Clause 52.228-5, Insurance-Work on a Government Installation. FAR 52.237-1- Site Visit, and DFARS Clause 252.204-7004, Required Central Contract Registration. Contractors can register directly on line at website http://www.ccr2000.com/. Addendum to FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is changed as follows: A. All FAR or DFAR Clauses or provisions listed in the solicitation that are not stated in 52.212-4 are incorporated by reference or full text. B. The following Insurance requirements are mandatory:. In accordance with FAR Clause 52.228- 5, Insurance-Work on a Government Installation. The contractor shall acquire and maintain during the entire performance period of this contract, Insurance of at least the following kinds and minimum amounts set forth below: a. Worker's compensation and employer's liability insurance in accordance with the amounts specified by the laws of the state in which the work is to be performed under this contract. In the absence of such state laws, an amount of $100,000 shall be required and maintained, (b) general liability insurance with bodily injury liability in the minimum amount of $500,000 per occurrence, c) automobile liability insurance in the amount of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. Mail or FAX offeror(s), representation and certification to MEDCOM Contracting Center, MCAA-C, ATTN: Willie Copeland, 2107 17th Street, Fort Sam Houston, TX 78234-5015 or by facsimile to (210) 221-4123. Government is not responsible for illegible facsimile offeror(s) or facsimile not received Offerors are due 4:00 P.M. August 27, 1999. Posted 08/04/99 (A-SN363385). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0178 19990806\Z-0041.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page