SOLICITATION NOTICE
Z -- Resurface Pools
- Notice Date
- 9/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- F09607-03-Q-0061
- Response Due
- 9/12/2003
- Archive Date
- 9/27/2003
- Point of Contact
- Jeffery Pruitt, Contracting Apprentice, Phone 229-257-2700, Fax 229-257-3547, - James Kessel, Contract Specialist, Phone 229-257-4721, Fax 229-257-3547,
- E-Mail Address
-
jeff.pruitt@moody.af.mil, james.kessel@moody.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and 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 for this procurement is F09607-03-Q-0061 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-15, Defense Acquisition Circular (DAC) 91-13, Correction, and Air Force Acquisition Circular (AFAC) 2003-0501. For informational purposes The North American Industry Classification System (NAICS) is 238990. The QUOTATION SCHEDULE contains two line items. Statement of Work: Contract Line Item 001: Scope of Work: Resurface/Repair Pool #1 Interior Surface to include Repair cracks, seal cracks, Install Fiber glass interior finish. Retile lane lines on pool’s surface. Contract Line Item 002: Resurface & Repair Baby Pool to include Repair cracks, seal cracks, and install fiberglass interior finish. Place depth markers in and around the baby pool. All work is to be accomplished in accordance with Statement of Work (SOW). Warranty information is required with proposal. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation based on price. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), 52.222-41, Service Contract Act of 1965, as amended). FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program –Supplies, FAR 52.223-4, Recovered Material Certification, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is S10. SITE VISIT: Will be held on 10 Sep 03 at 1000, all contractors are to meet at the address below at this time. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCA) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. E.S.T. ON 12 Sep 03. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is TSgt Jeff Pruitt (jeff.pruitt@moody.af.mil) 229-257-2700, or Mr. Jim Kessel, 229-257-4721 or FAX 229-257-3547. STATEMENT OF WORK RESURFACE/REPAIR POOL # 1 BLDG 211 5 Sep 03 1. INTENT: The Contractor shall furnish all labor, material, tools, equipment and transportation necessary for the proper execution of the work in accordance with this statement of work and the manufactures written instructions and all incidental work necessary to complete the project in an acceptable manner, ready for use by the government. 2. LOCATION OF WORK: The location of work is at Moody Air Force Base, GA. Building No. 211 (near Valdosta, Georgia.) 3. CONTRACTORS WORK SCHEDULE: The contractor shall be allowed to work from 0800 HRS, (8:00 AM) to 1700 HRS, (5:00 PM). The contractor must receive approval from the Contracting Officer if he plans to work weekends or federal holidays. 4. SECURITY: The Contractor shall obtain a vehicle pass for entry onto the base. The following is required for obtaining a vehicle pass from the Visitor's Center at the north Gate: 1. Drivers License 2. Proof of Insurance 3. Vehicle Registration 5. DESCRIPTION OF WORK: Provide all labor, supervision, equipment and materials to install a special hand-laid fiberglass coating, including surface preparation, prime coats and topcoats in Pool #1, including the associated baby pool. Repair pool surfaces as required for satisfactory application of fiberglass coatings. Fiberglass coating system shall be a type developed for submerged environmental conditions, comprised of FLK bonding coat additives or equivalent and glass fibers forming an integral system. Work shall include, but not be limited to the following: a. RESURFACE/REPAIR POOL #1- MAIN POOL. The pool is rectangle in shape, concrete in construction, with overall dimensions of 80ft X 40ft, with depths of 4ft-6in at shallow end to 10ft-0 in at deep end. Contractor is to drain the pool and ensure surface is dry prior to commencing work. Hand grind all areas on pool floor, walls and steps to eliminate all paint and imperfections. Contractor is to repair cracks and associated areas as needed to ensure surface has a smooth finish and has a watertight seal. Contractor shall remove hardware accessories, plates, machined surfaced, light fixtures and similar items that are not to be coated or provide surface-applied protection prior to surface preparation and coating. Protect all water and drain openings by masking. Upon completion of fiberglass coating installation, contractor shall reinstall items removed. Contractor shall ensure surfaces of concrete are prepared to receive the fiberglass special coating by removing efflorescence, chalk, dust, dirt, release agents, grease, oils and by roughing if required to remove glaze. The laminate and topcoat shall be white and an integral part of the system. Contractor shall renovate the expansion joints. Contractor shall repaint all lane lines and targets. Apply a non-skid coating to steps and the floor area adjacent to the steps. Refill pool and place in service. b. RESURFACE/REPAIR POOL #1- BABY POOL. The pool is rectangle in shape, concrete in construction, with overall dimensions of 30ft X 15ft, with depth of 2ft. Contractor is to drain the pool and ensure surface is dry prior to commencing work. Hand grind all areas on pool floor, walls, drain lines, and steps to eliminate all paint and imperfections. Contractor is to repair cracks and associated areas as needed to ensure surface has smooth finish and has a watertight seal. Contractor is remove hardware accessories, plates, machined surfaced, light fixtures and similar items which are not to be coated or provide surface-applied protection prior to surface preparation and coating. Protect all water and drain openings by masking. Upon completion of fiberglass coating installation, contractor shall reinstall items removed. Contractor shall ensure surfaces of concrete are prepared to receive the special fiberglass coating by removing efflorescence, chalk, dust, dirt, release agents, grease, oils and by roughing if required to remove glaze. The laminate and topcoat shall be white and an integral part of the system. Contractor is to replace deck-o-drain. Apply a non-skid coating to steps and the floor area adjacent to the steps. Refill pool and place in service. 6. GENERAL a. The work shall be performed as per the manufactures written installation instructions. b. Contractor shall provide a full service warranty for the period of 2 years on workmanship and 25 years against leaks, cracks, or any additional product failure. c. The Contractor shall protect from damage all property in the vicinity of work. d. Contractor is cautioned to make an independent investigation and examination, as he deems necessary to satisfy him/herself as to conditions to be encountered in the performance of the work. e. Contractor shall complete all work within 30 working days after issuance of notice to proceed from the Contracting Officer. PROPOSAL Line Item 0001 Main Pool 1 JB $_____________ Line Item 0002 Baby Pool 1 JB $_____________ TOTAL $_____________
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/347CONS/F09607-03-Q-0061/listing.html)
- Place of Performance
- Address: BLDG 211 Moody AFB, GA
- Zip Code: 31699
- Country: United States
- Zip Code: 31699
- Record
- SN00428532-F 20030907/030905221423 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |