|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,2000 PSA#2626Department of the Air Force, Air Force Space Command, 30CONS, Bldg
7015, STE 2D, 806 13th Street, Vandenberg AFB, CA, 93437-5226 J -- INSPECTION AND CLEANING OF BASE WATER TANKS SOL F04684-00-T-0754
DUE 070700 POC Jonwa Kim, Contract Specialist, Phone 805.606.2169, Fax
805.606.4863, Email jonwa.kim@vandenberg.af.mil -- Debbie Spangler,
Contracting Officer, Phone Comm: 805.605.8718, Fax 805-922-1703, Email
WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F04684-00-T-0
754&LocID=528. E-MAIL: Jonwa Kim, jonwa.kim@vandenberg.af.mil. The 30th
Space Wing, Vandenberg AFB, is soliciting offers to clean and inspect
31 base water tanks. 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. Quotes are
being requested and a written solicitation will not be issued. The
solicitation number is F04684-00-T-0754 and will be issued as a request
for quotation. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-17. The SIC code is 7349 and the size standard is $12,000,000. This
acquisition is a 100% small business set-aside. The Contractor is to
provide all labor, tools, parts, materials, transportation, facilities
and supervision necessary to accomplish the following task: 1) All
tanks/reservoirs will be kept full and in normal operation and service
during all phases of the work being accomplished under this contract.
Normal work hours should be, Monday through Friday 8 hours a day. 2)
Divers must use dedicated dry suits that will be in good repair. These
dry suits must not have been used any other environment other than
potable water. All equipment, including diving suits, will be
disinfected with at least a 200 mg/l chlorine residual prior to each
entry into each reservoir. 3) Divers must use Diving Hard Hats that
meets ANSI/AWWA standards of using external or surface-supplied air to
prevent contamination of water from divers' head, hair, saliva, or
mucous. The Hard Hat must allow live voice communication between the
divers and the diver tender. During all work and diving activities, the
contractor will comply with all Federal, State, County, Local, and Air
Force regulations and instructions that fall under the requirements of
this contract (OSHA, CAL OSHA, AF OSHA, ANSI/AWWA, and NIOSH, etc.,.).
4) Contractor will clean and/or remove all sediment and other material
found on the floor, on structural support members, and on any
underwater horizontal surfaces found inside each reservoir. This will
include floor seams, roof support column bases, manways, plumbing
fixtures and other fixtures found inside each reservoir. The Contractor
will assume all responsibility for all material removed from each
reservoir and will dispose of said material in accordance with all
federal, state, county, local, and Air Force regulations and
instructions. 5) Contractor will use live feed, full-time,
high-resolution color video to monitor all procedures (work performed)
while inside each reservoir. A monitor will be available to allow the
Contracting Office or its designee to continually monitor all work
while being performed. Contractor will provide the Contracting Office
with a copy of all videos taken during work and inspection activities
of each reservoir and water tank. Also a written draft inspection and
condition report for each reservoir and water tank will be give to the
Contracting Office and to the 30th CES/Utilities Shop before leaving
Vandenberg AFB. The final inspection report must be sent to the
Contracting office and the 30th CES Utility Shop with in a week of work
completion. 6) The contractor will be responsible for obtaining all
cards, passes, badges, decals or other items required for access to the
area or areas in which the work will be performed. Contractor will be
required to apply for vehicle and individual identification media at
the Pass and ID Section of the 30th Security Police Squadron.. These
identification media will be surrendered to the Pass and ID Section
upon completion or termination of the contract or upon termination of
an individual's employment with the Contractor. 7) Prior to and during
the work, and before final acceptance of work, the Contractor will
make every reasonable effort to protect existing governmental
facilities, equipment, and grounds from damage during the Contractor's
work of this project. If any facilities, equipment, or grounds are
damaged as a result of the Contractor's activities, then the Contractor
will be responsible for the repair or replacement of the damaged
facilities, equipment, or grounds. Please indicate in your quote the
number of days to complete the work listed above. A site visit will be
held for this acquisition. Any interested parties should contact Lt.
Jonwa Kim at (805) 606-2169 by 1600 27 June, 2000. The site visit will
be held on 28 June, 2000 at 0800. The provisions at FAR 52.212-1,
"Instructions to Offerors-Commercial" apply to this acquisition. The
provisions at FAR 52.212-2, "Evaluation-Commercial Items" apply to this
acquisition. The items being evaluated are technical merit and price.
This item is being procured and will be awarded using simplified
acquisition procedures in accordance with FAR 13.0. Offerors must
submit a completed copy of the provision at FAR 52.212-3, "Offeror
Representations and Certifications-Commercial Items." The clause at FAR
52.212-4, "Contract Terms and Conditions-Commercial Items" applies to
this acquisition. DFARS clauses are incorporated in this solicitation
with the same force and effect as if they were given in full text.
Contractor will submit a completed copy of the clause at DFARS
252.212-7000, "Offeror Representations and Certifications -- Commercial
Items". The clause at FAR 52.212-5, "Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items"
and DFARS 252.212-7001, "Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items" applies to this acquisition along with
the following additional clauses: 52.203-6, "Restrictions on
Subcontractor Sales to the Government" 52.219-8 "Small Business
Utilization" 52.222-21, "Prohibition of Segregated Facilities"
52.222-26, "Equal Opportunity" 52.222-35, "Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era" 52.222-36,
"Affirmative Action for Workers with Disabilities" 52.222-37,
"Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era" 52.225-3, "Buy American Act -- Supplies" 52.225-9, "Buy American
Act -- Trade Agreements -- Balance of Payments Program" 52.225-18,
"European Union Sanction for End Products" 52.225-21, "Buy American Act
-- North American Free Trade Agreement Implementation Act -- Balance of
Payments Program Certificate" 52.232-33, "[Payment by] Electronic Funds
Transfer [ -- Central Contractor Registration]" 252.225-7001, Buy
American Act and Balance of Payment Program, 252.225.7036, Buy American
Act -- North American Free Trade Agreement Implementation Act --
Balance of Payment Program. Offerors must be CCR certified in order to
receive award of this purchase order. Offers must be submitted in
written responses mailed or faxed and received no later than 4:00 p.m.
on 07 Jul 00; to the attention of Lt. Jonwa Kim, 30 CONS/LGCC, Bldg
7015, Section 2, Vandenberg AFB, CA. 93437-5226. Oral responses are not
acceptable. Any questions or comments may be addressed to me at (805)
606-2169 or faxed to (805) 606-4071. Please fax or call all questions
no later than 4:00 p.m. on 06 Jul 00. Quote validity is for 60 days
from the date of the quote. Please include the solicitation number on
all correspondence dealing with this acquisition. Posted 06/19/00
(D-SN466252). (0171) Loren Data Corp. http://www.ld.com (SYN# 0039 20000621\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|