Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS

Z -- WATER LINE TO BLDGS 2000, 2030 & 2035

Notice Date
March 16, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
Reference-Number-FQ441810370200
Response Due
March 30, 2001
Point of Contact
Judy Johnson, Contract Specialist, Phone (843) 963-5158, Fax (843) 963-5183/2850, Email Judy.Johnson@charleston.af.mil -- Anna Nix, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email
E-Mail Address
Judy Johnson (Judy.Johnson@charleston.af.mil)
Description
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. This solicitation/synopsis reference number is FQ441810370200 is being issued as a Request for Quote and as unrestricted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. The project will be awarded pursuant to the _Small Business Competitiveness Demonstration Program_. The NAICS is 234910 (SIC 1623) with a $27.5 million dollar size standard. FAR 36.204 the magnitude of this Construction project is between $25,000 and $100,000. The contractor is required to submit a lump sum price for all cost included in this project. The contractor shall provide all labor and materials for providing water service to buildings 2000, 2030 and 2035 at Charleston Air Force Base South Carolina in accordance with the statement of work, specification and drawings. The project includes but is not limited to the following: Run approximately 2000lf of new 2-inch water line to Bldg 2000, 2030, and 2035. Tap water main at the black flow station, downstream of the backflow devices, and install and isolation valve and valve block. Isolation valve will be resistant seat valve with a 2-inch operating nut. Leave the 6-inch main in service for hydrants. Cap all building service lines off at the existing main. Tap all building serviced lines off the new 2-inch main. Install a new 2-inch building isolation valve at each building, to include a valve box. Reduce in size to meet requirement of existing building service. Water line depth will be at least 2 feet deep with a 12 gauge toning wire located above the pipe with warning tape located 1 foot below the ground surface. Water pipe specification- 2-inch PVC gasket joint pipe; Class 200 SDR 21. Valve box specification- 18-24 inch adjustable screw-type, Cast Iron. As-built drawings are required to be submitted within 30 after acceptance of completed project. Contractor is required to submit material submittals for approval of all material used on site prior to installation. The contractor is also required to submit a proposed work-plan prior to the government issuing a Notice to Proceed. Specifications and drawings can be downloaded from http://eps.gov or requested from SSgt Jackie Jordan-Wells at email Jackie.Jordan-wells@charleston.af.mil or phone 843-963-5160. Contractors are required to attend a site visit currently scheduled for 23 March 2001 at 08:45 a.m. Offerors are asked to meet at the Contracting Office, Bldg 503, 101 E. Hill Blvd., Charleston AFB SC. FAR 52.211-10, COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984), The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 45 days after notice to proceed. The time stated for completion shall include final cleanup of the premises. This solicitation will be evaluated IAW 52.212-2, -Evaluation _Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price. Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The following clauses and provisions are incorporated and will remain in full force in any resultant award. Contractors are required to submit FAR 52.212-3, Offeror Representations and Certifications-Commercials Items with offer. 52.202-1 Alt I, Definitions (Oct 1995) -- Alternate I, APR 1984, 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, JUL 1995, 52.212-4, Contract Terms and Conditions -- Commercial Items, MAY 1999, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items (Apr 1999) (Deviation), 52.222-3, Convict Labor, AUG 1996, 52.222-6, Davis Bacon Act , FEB 1995 , 52.222-7 , Withholding of Funds , FEB 1988 ,52.222-8 , Payrolls and Basic Records , FEB 1988 , 52.222-9 , Apprentices and Trainees , FEB 1988 ,52.222-10 , Compliance with Copeland Act Requirements , FEB 1988 , 52.222-11 , Subcontracts (Labor Standards) , FEB 1988 ,52.222-12 , Contract Termination-Debarment , FEB 1988 , 52.222-13 , Compliance with Davis-Bacon and Related Act Regulations. , FEB 1988, 52.222-14, Disputes Concerning Labor Standards, FEB 1988, 52.222-15, Certification of Eligibility, FEB 1988, 52.222-21, Prohibition Of Segregated Facilities, FEB 1999, 52.222-26, Equal Opportunity, FEB 1999, 52.222-35, Affirmative Action For Disabled Veterans And Veterans of the Vietnam Era, APR 1998, 52.222-36, Affirmative Action For Workers With Disabilities, JUN 1998, 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era, JAN 1999, 52.228-11, Pledges Of Assets , FEB 1992 , 52.228-13 Alternative Payment Protections, Jul 2000, 52.228-14 , Irrevocable Letter of Credit , DEC 1999 , 52.228-15, Performance and Payment Bonds-Construction, 52.232-27 , Prompt Payment for Construction Contracts , JUN 1997 , 52.232-33 , Payment by Electronic Funds Transfer -- Central Contractor Registration , MAY 1999 , 52.233-3 , Protest After Award , 52.236-3, Site Investigation and Conditions Affecting, 52.236-5, Material and Workmanship, 52.236-17 , Layout of Work , APR 1984 ,52.236-26 , Preconstruction Conference , FEB 1995 , 52.242-14 Suspension of Work, APR 1984, 52.243-5 , Changes and Changed Conditions , APR 1984 ,52.247-34 , F.O.B. Destination , NOV 1991 , 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241)(flow down not required for subcontracts awarded beginning May 1, 1996), 52.253-1 , Computer Generated Forms JAN 1991, 52.252-2 Clauses Incorporated By Reference, Feb 1998, 52.252-6 Authorized Deviations in Clause, Apr 1984 , DFAR 252.204-7003 , Control Of Government Personnel Work Product , APR 1992 , DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Apr 1999) (Deviation), DFAR 252.236-7000, Modification Proposals-Price Breakdown , DEC 1991 , 252.236-7001 , Contract Drawings, Maps, and Specifications , AUG 2000 , 252.246-7000 , Material Inspection And Receiving Report , DEC 1991 , FAR 52.222-25 Affirmative Action Compliance, Apr 1984; DFARS 252.204-7004 Required Central Contractor Registration, Mar 1998 are incorporated by reference and apply to this acquisition and DFARS 252.225-7001 Buy American Act and Balance of Payments Program, Mar 1998. General Wage Decision SC010011 applies to this solicitation. PERFORMANCE AND PAYMENT BOND REQUIREMENTS (IAW FAR 28.101-2 and FAR 28.102-3)The contractor shall submit a Performance Bond (Standard Form 25) and a Payment Bond (Standard Form 25-A) with good and sufficient surety and sureties to the Government within 15 days of award. The penal sum of such bonds will be as follows: a. PERFORMANCE BOND: The penal sum of the performance bonds shall equal one hundred percent (100%) of the contract price. b. PAYMENT BOND: When the contract price is $1 million or less, the penal will be fifty percent (50%) of the contract price. All contractors are reminded that Central Contractor Registration is mandatory. You can access this via their web site at www.ccr2000.com or call at 1-800-334-3414. Contractor_s not registered in the Central Contractor Registration (CCR) prior to award will be ineligible for award. For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. Responses to this combined synopsis/solicitation must be received via email, fax, mail or delivery by 30 March 2001 no later than 4:30 PM Daylight Savings Time. Responses should be marked with the solicitation number and addressed to Jackie Jordan-Wells or Anna Nix.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-FQ441810370200&L=514)
Record
Loren Data Corp. 20010320/ZSOL027.HTM (D-075 SN50G4L6)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on March 16, 2001 by Loren Data Corp. -- info@ld.com