|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424Department of the Air Force, Air Combat Command, 509 CONS, 850 Arnold
Ave Ste 2, Whiteman AFB, MO, 65305 S -- REPAIR GROUNDING SYSTEM, DRIVE THROUGH IGLOOS, WEAPONS STORAGE
AREA, WHITEMAN AFB MO SOL F23606-99-Q0393 DUE 091799 POC Sue Nott,
Contract Specialist, Phone (660)687-5398, Fax (660)687-5412, Email
SOLLGCV@whiteman.af.mil -- George Cromer, Contracting Officer, Phone
(660)687-5399, Fax (660)687-4822, Email WEB: Visit this URL for the
latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F23606-99-Q03
93&LocID=884. E-MAIL: Sue Nott, SOLLGCV@whiteman.af.mil. This is a
combined synopsis solicitation for commercial items (non-personal
services), prepared in accordance with the format in FAR Subpart 12.6
as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation. Quotations are
being requested and a written solicitation will not be issued. This
solicitation is being issued as a Request for Quotation (RFQ). Submit
written offers (no oral ones) on RFQ F23606-99-Q0393. All Statement of
Work and Evaluation factor requirements must be met as they appear in
this notice. This procurement is set-aside for small business. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-12. Standard
Industrial Code 7699 applies to this procurement. Performance must
begin within 5 days after award. This project must be completed within
30 days after beginning performance. The drawing for this project will
be available through EPS not later than 10 Sep 99 or a hard copy of the
drawing can be obtained at the site visit. The site visit for this
project will be held on 10 Sep 99 at 0900. Meet at Building 706, Room
80. FOB Destination for delivery at Whiteman AFB, MO, Weapons Storage
Area. You must be registered in Central Contractor Registration before
an award can be made. STATEMENT OF WORK: REPAIR GROUNDING SYSTEM,
DRIVE THROUGH IGLOOS, WEAPONS STORAGE AREA, WHITEMAN AIR FORCE BASE,
MO. 1. SCOPE: Contractor shall furnish all labor, parts, tools,
materials, equipment, and transportation necessary to perform repairs
to the following. Repair the existing grounding system,protecting the
drive-through igloos in the weapons storage area (WSA) as defined in
the following scope of work. Facility numbers include 4030, 4031, 4032,
4033, 4034, 4035, 4036. 2. GENERAL: ALL WORK PERFORMED WILL BE IN
ACCORDANCE WITH AFI 3210-65, WHICH WILL BE OUTLINED AT THE SITE VISIT.
MR KEN NEWBY 660-687-6359, EXTERIOR ELECTRIC SECTION, WILL SERVE AS
QAE FOR THIS CONTRACT. 2a. All personnel attending the site visit
entering the WSA will provide full names, social security numbers,
drivers license numbers, and state of all attendees on company
letterhead. This information must be sent via FAX to MSgt Brian Munley
660-687-2697, by 12 noon, 7 September 99. 3. RESPONSIBILITY OF THE
GOVERNMENT: a. The government will provide all escorts for entrance of
visitors and employees to and from the site, and while in performance
of the contract. b. The contractor will provide all names, social
security numbers, drivers_ licenses, and vehicle identification for
entrance to the installation and WSA. The government will verify all
requirements and provide escorts and passes as applicable. 4.
RESPONSIBILITY ON THE CONTRACTOR: a. Remove 6 poles and reconfigure 10
utility poles as shown on Drawing E-7, Lightning Protection, revised
3/97. Reuse of air terminals is mandatory if serviceable. Contractor
will reuse existing utility poles for replacement and abandoned utility
poles will be relocated to a specified location on Whiteman Air Force
Base. b. Special Instruction: All down conductors will be protected in
accordance with the National Electrical Code (NEC) up to 6 feet from
grade. Down conductors must be fixed to utility pole a minimum of every
3 ft. Insure all down conductors comply with 8 inch radius rule. All
ground conductors attached to ground rods and points connecting to the
lightning rod, shall be exothermically welded (CAD weld). All other
connections shall be of AL/CU high-pressure connection _YFD Type_. No
mechanical/bolt connectors will be used. Insure all ground rods are
tied into the existing lightning protection ground system. c.
Contractor will test and provide documentation of the tests that the
lightning protection system and air terminals are resistant to ground
a maximum of 1 OHM. Contractor shall also perform and provide
documentation of an earth ohm resistance test for the lightning
protection system. Contractor shall maintain the current height of the
upper overhead line. Ground rodswill be 10 feet long and 34 inch in
size with a minimum underground wire size of 4.0 or match existing size
wire. d. Work shall be completed and site returned to an acceptable
condition including removal of poles, equipment etc., as specified
above. All utility pole holes will be back-filled and disturbed areas
shaped and seeded with K-31 Fescue. The work area will be available for
work access Mon -- Fri, excluding Federal holidays, during the hours of
0600-1700 hours. Special consideration due to short time duration and
inclement weather will be considered. The provision at FAR 52.212-1,
Instructions to Offerors_Commercial Items, applies to this acquisition.
The provision at FAR 52.2-2-3, Offeror Representations and
Certifications_Commercial Items, applies to this solicitation and the
offeror must include a completed copy of this provision with their
proposal. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders_Commercial Items,
applies to this solicitation. Specifically, the following clauses cited
are applicable to this solicitation: (b)(6)FAR 52.222-26, Equal
Opportunity; (b)(7)FAR 52.222-35, Affirmative Action for Disabled
Veterans and and Veterans of the Vietnam Era; (b)(8) FAR 52-222-36,
Affirmative Action for Workers with Disabilities; (b)(9)FAR 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era; (c)(1)FAR 52.222-41, Service Contract Act of 1965, as amended.
U.S. Department of Labor Wage Determination 94-2307 Revision 13 is
applicable to this requirement; (C)(2)FAR 52.222-42, Statement of
Equivalent Rates for Federal Hires. Equivalent positions would be as
follows: Electrician, Maintenance ($22.12), Laborer ($8.32), plus $1.39
fringe benefits. The clause at DFARS 252.212-7001, Contract Terms and
Conditions required to Implement Statues or Executive Orders applicable
to Defense Acquisition of Commercial Items, applies to this
solicitation. Specifically the following clauses cited are applicable
to this solicitation: DFARS 242.225-7001, Buy American Act and Balance
of Payment Program. FAR 52.212-4, Contract Terms and
Conditions_Commercial Items, applies to this solicitation. Addenda to
FAR 52.212-4: The following additional clauses apply to this
solicitation: FAR 52.237-2, Protection of Government Buildings;
252.223-7006, Prohibition on Storage and Disposal of Toxic and
Hazardous Materials and5352.242.9000, Contractor Access to Air Force
Installations. The following provisions apply to this solicitation:
52.252-1, Solicitation Provision Incorporated by Reference; 52.237-1,
Site Visit, 252-225-7000, Buy American Act _ Balance of Payments
Program Certificate; 252.232-7009, Payment by Electronic Funds Transfer
and 252.204-7004, Required Central Contract Registration. The above
Provisions and Clauses may be obtained via Internet at
http://farsite.hill.af.mil. All proposals must be mailed to the lowest
responsive and responsible offeror. Proposals are required not later
than 3:30 PM CST, 17 September 1999. Posted 08/31/99 (D-SN374809).
(0243) Loren Data Corp. http://www.ld.com (SYN# 0096 19990902\S-0006.SOL)
S - Utilities and Housekeeping Services Index Page
|
|