Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2010 FBO #3262
SPECIAL NOTICE

C -- CONSULTING/TRAINING and MAINTENANCE for WINTER SEASON 2010

Notice Date
10/28/2010
 
Notice Type
Special Notice
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W91Y7G02950100
 
Archive Date
1/26/2011
 
Point of Contact
Janet Gonzales, 928-328-6847
 
E-Mail Address
MICC Center - YPG
(janet.gonzales@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source. The Mission and Installation Contracting Command Center-Yuma Proving Ground, Arizona, intents to negotiate a firm-fixed price contract on a sole source basis with Mike Wills Excavating and Trucking, Inc. The contract will consist of Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Lump Sum, Description: Design/Maintain test tracks at the CRTC as well as train CRTC personnel how to build an ice field, snowfield, snow transition circle, ice pad, and ice slopes at 15% and 20 %. Place of performance is Cold Regions Test Center, Alaska. Period of performance is 8 24 November 2010. Stated firm is the only source capable of meeting immediate CRTC requirements within mandated test tolerances. Work will be accomplished in accordance with the following performance work statement: PERFORMANCE WORK STATEMENT (PRS) CONSULTING/TRAINING and MAINTENANCE for WINTER SEASON 2010 1. The contractor must train 4 CRTC personnel in the following areas: a. The contractor will train CRTC personnel to build and maintain a split mu ice pad 25 wide by 350 long. The ice pad will be built in layers until it is 1 thick. The edges of the split mu must be dressed so that there is a clear, straight defining edge between the ice and the pavement it is built on. The surface must be polished (with high spinning brooms) twice daily to keep it the proper condition. Every other day a new layer of water will be added to the ice so the surface continues to meet the customer requirements. b. The contractor will train CRTC personnel to build and maintain a large ice pad 140 wide by 900 long. The ice pad will be built in layers until it is 1 thick. The edges of the pad must be dressed so that there is a clear, straight defining edge between the ice and the pavement it is built on. The surface must be polished (with high spinning brooms used twice daily to keep it the proper condition). Every day a new layer of water will be added to the ice so the surface continues to meet the customer requirements. c. The contractor will train CRTC personnel to build and maintain a large snowfield. The snowfield will be built in layers until it is 6 thick, with a compactness value of 72 to 80 as measured using a snow compactness gauge or cone penetrometer provided by the contractor. The gauge is composed of a rail and a 220 gram drop cone (SAE 1985). The contractor must use the CTI compaction range (steel is 100 and water has a value of 1). The contractor must train CRTC personnel how to change the value of snow compactness (by adding small amount of water to the existing snow, by making new snow, by packing the existing snow with heavy weights on sleds or by loosening the surface of the existing snow), or other industry stanards. The edges of the field must include 2 snow berms the entire length of the field (1250). New snow must be added to the surface daily to fill ruts and grooves caused by vehicle tires. Then the surface must be leveled using a sled, wobble wheels, and or a Small Unit Squad Vehicle (SUSV). Snowmaking equipment and Kenworth water trucks will be used to make snow when natural snow is not available. The ability to make and evenly spread and compact snow over large areas is important. The surface compactness must be checked every 100 on the center of the snow lane every morning, the compactness value will be provided to CRTC prior to 7AM each morning. d. The contractor will train CRTC personnel to build and maintain a large ice and snow circle (600 across). The snow and ice will be built in layers until the ice is approximately 1 thick, and the snow is approximately 4-6 thick. The snow must have a compactness value of 72 to 80 as measured using a snow compactness gauge (cone penetrometer). The inside of the circle will be clean (brushed) pavement. The ice lane will be 25 wide; the snow lane will be on the outside of the ice lane and be 100 wide. Again, the contract must provide a packed snow surface that measures 72-80 using the CTI compaction range (steel is 100 and water has a value of 1). The outside edges of the circle must include 2 snow berms the entire circumference of the field. New snow must be added to the surface daily to fill ruts and grooves causes by vehicle tires. The ability to make and evenly spread and compact snow over large areas is important. The surface must be leveled using a sled, wobble wheels, and or a Small Unit Squad Vehicle (SUSV). The surface compactness must be checked every 100 on the center of the snow lane every morning, the compactness value will be provided to CRTC prior to 7AM each morning. The surface must be polished (with high spinning brooms) twice daily to keep it the proper condition. Every day a new layer of water will be added to the ice so the surface continues to meet the customer requirements. e. The contractor will train CRTC personnel to build and maintain ice pads on two slopes at 15% and 20%. Water will be applied to the slopes in small amounts to build ice pads on the outside of the paved slopes. The ice pads will be 25 long, 2 wide and layered until they are 1 thick. The technique to lay water on a slope to build an even, layered surface has been tried by CRTC on numerous occasions, we have never been successful. The contractor has the knowledge and expertise to accomplish this customer requirement. 2. The contractor must provide one equipment operator/assistant. 3. The contractor must be willing to travel to Alaska and work for the duration of the contract period. 4. Weather conditions will vary during the test period. The contractor will be expected to work in all weather conditions to include temperatures as low as -50F. Most work accomplished will be done using artificial light sources. 5. The contractor and the assistant must be willing to work 12 hour days, 6 days per week (Monday Saturday). Hours of operation are not set. Hours will vary with weather conditions. 6. The contractor must have past experience working with a variety of automotive manufacturers and suppliers (i.e. tire companies, brake companies&). 7. The contractor experience must include the construction of winter driving courses, the daily maintenance of those courses and technical proficiency at making snow compactness measurements, and changing those measurements. 8. The contractor, through past experience must understand the secretive nature of working around prototype passenger vehicles. The contractor must be familiar with the industry expectations. 9. The government will provide the following equipment. The contractor must be an expert on the operation and maintenance of all listed equipment. 1.Caterpillar Grader 2.Caterpillar 990 Loader with snow removal attachment, and bucket attachment. 3.Kenworth dump truck 4.Kenworth water truck (3000 gallons) 5.Piston Bully Snow Cat 6.Small Unit Squad Vehicle (SUSV) 7.1K 20K generator sets 8.Kenworth snow plows 9.Wobble wheels 10.Snow sleds and weights 11.Snow chains 12.Pavement and ice brooms (18 pull behind and small self propelled) This will be a commercial acquisition using simplified acquisition procedures for commercial items Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. The North American Classification System (NAICS) code is 234990 with a standard size of $14.0 Million. All responsible sources capable of satisfying this requirement may submit a capability statement, proposal or quotation which shall be considered by the agency. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOPALS. A determination by the Government whether or not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, you must respond by demonstrating your firms technical capability to meet these requirements by 03 NOV 2010 11:00 AM MST. All inquiries shall be clearly marked with solicitation W91Y7G02950100 and sent by facsimile to 928-328-6534.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3da89f8e84ef64d126c6152b1b4a2c63)
 
Record
SN02318177-W 20101030/101028233753-3da89f8e84ef64d126c6152b1b4a2c63 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.