SOLICITATION NOTICE
Y -- Repairs to Water Waste Treatment Plant
- Notice Date
- 6/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4830-07-Q-0039
- Response Due
- 6/29/2007
- Archive Date
- 7/14/2007
- Small Business Set-Aside
- Total Small Business
- 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. The solicitation number for this procurement is FA4830-07-Q-0039 and is issued as Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2007-0314, Defense Acquisition Circular (DAC) 91-13 correction, DFARS Change Notice (DCN) 20070531, and Air Force Acquisition Circular (AFAC) 2007-0531. The solicitation is Set Aside for Small Business Concerns. The North American Industry Classification System is 238220. The small business size is $13M. The BID SCHEDULE shall be for QSEU 07-0110, Misc. repairs at Waste Water Treatment Plant: 1. DESCRIPTION OF WORK: The contractor shall furnish all labor, supervision, materials, and equipment to accomplish the work described below. The work shall include (but is not limited to) the following: a. The contractor is responsible for ensuring all required personnel protection gear is utilized in accordance with the OSHA Standards for the work under this contract. b. Replace 2 ? 12? dia. Control gates at the entrance to the primary clarifier. New gate materials shall be corrosion proof. c. Replace 2 ? 8? dia. Skimmers at end of primary clarifier. New skimmers shall be sched 40 PVC. d. Replace primary clarifier electric motor. e. Replace 2-12? Control gates at the entrance to the trickling filters. New gate materials shall be corrosion proof. f. Replace all end cap assemblies on the trickling filter distribution pipes. There are a total of 8 ? 3? dia. cap assemblies required. g. Replace seals on two trickling filter pivot assemblies. h. Replace 7.5 HP recirculating pump. i. Replace Two (2) isolation gates to final clarifiers j. Replace brass bushing and bearings on both trickling filters k. Replace check valve and motor on recirculation pump 2. GENERAL: a. All work shall be done in accordance with all OSHA, federal, state, and local regulations. b. All electrical work shall be accomplished in accordance with NFPA 70 (NEC). c. All plumbing work shall be in accordance with the National Plumbing Code. d. Drawings will be available on CD-ROM upon request. e. The Contracting Officer will schedule a site visit for all potential bidders. The site visit is not mandatory, but highly encouraged. 3. SITE VISIT: Will be available upon request Please submit company name, person or personnel names conducting site visit (via. email to edwin.zapata@moody.af.mil ) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items. Award will be made to the offeror whose price is judged to represent best value to the government. Best value gives consideration to price and past performance will be evaluated on the basis of the following sub factors of equal importance: management and quality control. Offeror must provide three past performance references to verify past performance. All offerors MUST BE registered with CENTRAL CONTRACTOR REGISTRATION (CCR). CCR registration may be initiated via the internet at http://www.ccr.gov/. OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER Representations and certifications may be initiated via the internet at http://orca.bpd.gov. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. 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. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), 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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) 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, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / / FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23rd CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 29 June 2007. ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE PROPOSAL. FACSIMILE and EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Mrs. Ellen Feazell 229-257-5588, 229-257-3547 (fax), ellen.feazell@moody.af.mil MULTIPLE AWARDS WILL NOT BE MADE, ALL QUOTES SHALL CONTAIN ALL LINE ITEMS IN THEIR SPECIFIED QUANTITIES.
- Place of Performance
- Address: Moody AFB GA
- Zip Code: 31699
- Country: UNITED STATES
- Zip Code: 31699
- Record
- SN01321471-W 20070620/070618220434 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |