Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
MODIFICATION

66 -- Runway Ice Detection System

Notice Date
6/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-11-R-0010
 
Point of Contact
Lacy Kay, Phone: 6606875399, Carl See, Phone: 660-687-5425
 
E-Mail Address
lacy.kay@whiteman.af.mil, 509con.sollgca@whiteman.af.mil
(lacy.kay@whiteman.af.mil, 509con.sollgca@whiteman.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. Proposals shall remain valid through 30 Sep 2011. 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. Solicitation FA4625-11-R-0010 is being issued as a Request for Proposal (RFP). This solicitation is unrestricted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, DFARS DPN 201100606, AFFARS AFAC 2011-0421. The applicable North American Industry Classification System (NAICS) Code is 811219. Paper copies of the RFP will not be made available. Proposals must be mailed to the attention of Lacy Kay at the following address: 509th Contracting Squadron 727 2nd Street Ste 124A Whiteman AFB, MO 65305-5344 NOTE: Proposals shall be received by 7 July 2011, 2:00 PM CST in order to be considered for award; late proposals will not be considered for award. Contractor shall begin performance on this contract within 10 calendar days from date of notice of award and complete the entire project within 60 calendar days. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a proposal which, if timely received, shall be considered by this agency. Basis for Award: Evaluation for this acquistion shall be lowest priced technically acceptable. All offerors submitting a proposal shall submit a technical solution for evaluation that must encompass all salient characteristics of the statement of objective. Proposals with Technical Solutions that fail to meet any of the defined salient characteristics from the statement of objective shall be considered non responsive and not considered for award. Evaluation of the technical solution shall be on a pass/fail basis only. A firm fixed price contract shall be awarded. Delivery: FOB Destination to Whiteman AFB, MO. Offers stating other than FOB Destination will be considered non-responsive. Site Visit: Only one site visit will be held for this project. The date of the site visit is 22 June 2011 at 2pm CST. It is highly encouraged that any prospective offeror attend the site visit. The site visit is limited to two individuals per company. Those desiring to attend the site visit shall submit the following information to the contract administrator not later than COB 14 June 2011: Full name, SSN, driver license number and state of issue. STATEMENT OF OBJECTIVE: The contractor shall provide all labor, material, transportation, and tools necessary to remove and install a fully operational runway ice detection system (RIDS) for Whiteman AFB, MO. The following Statement of Objective is for the design and proposal to replace the existing RIDS with an updated hardware and software system. Below are the salient characteristics that the system must be capable of accomplishing: 1) The system shall be capable of being monitored as a secure system by the provider. This shall allow access at any remote location by the user. This shall also provide the user knowledge of weather at local locations as a predictive tool on incoming weather situations. Furthermore, user and equipment shall be able to monitor current runway conditions; government provided runway chemicals on the runway, rain amount on the runway, temperature, wind velocity, humidity, and visibility on a real time basis. There are currently six sensors on the runway the new sensors are to be active and passive pavement sensor combined. The in-pavement sensor will measure the current surface temperature, the freeze point of any liquid on the pavement, and determines whether the pavement surface is wet or dry it cools the liquid on the pavement to determine the actual freeze point. This method is carried out independent of chemical type or mixture on the pavement. The lid is removable so the sensor is easily able to be upgraded, two RPUs, applicable weather monitoring devices, and a computer and monitor in Bldg. 169 that need to be replaced. All cables and terminations shall be new, and a new computer tower with monitor screen shall be provided. The runway to be monitored is 12,450 lf x 200 lf. 2) Service / Preventive Maintenance Contracts & Engineer Commissioning / Site Acceptance Commissioning is performed by Contractor on site after installation has been completed. It is the process that brings the installed RIDS equipment into a fully operational condition. The contractor shall calibrate and terminate the pavement sensor cables. The completion of commissioning signifies the start of warranty period. Service / Preventative Maintenance Contracts & Engineer 1) Commissioning / Site Acceptance 2) Initial On-Site Technical Training 3) Manuals and copy on CD 3) System shall be covered by trade practice standard warranty. A service representative shall be on site within 24 hours after receiving a call from Civil Engineer (CE) Service Contract personnel during the winter months, 15 Nov - 15 Mar, and 7 working days after receiving a call in summer months, 16 Mar - 14 Nov within the warranty period. All permits and applications must be processed in their entirety by the contractor before performing any work. Obtaining any other applicable forms or releases to perform work is the contractor's responsibility. If permits/applications are not needed, then the contractor shall provide written proof from all applicable sources. Known permits needed for this project include: Controlled Space Entry Authorization Letter MATERIALS AND SERVICES FURNISHED BY THE GOVERNMENT: The Government will furnish blueprints of available as-built drawings that are pertinent to the facilities involved. However, these drawings are not warranted to show conditions as they actually exist. The designer shall verify (by field investigation) information shown on the as-built drawings (which are relevant to the project) for accuracy to ensure a quality designed project. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.204-7 Central Contract Registration 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of segregated facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 252.204-7003 Control of Govt Personnel work product 252.225-7000 Buy American Act 52.225-13 Restrictions on Certain Foreign Purchases 252.211-7003 Item Identification and Valuation. In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.203-6 Restriction on Subcontractor Sales to the Government 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Reprentations and Certifications 252.212-7001 Contract Terms and Conditions required to Implement statutes or Executive orders Applicable to Defense acquisitions of Commercial items. 52.252-6 Authorized Deviations in Clauses 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.201-9101Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor access to Air Force installations Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a82c6f62c966f104ab6ec9808e41d65)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02473996-W 20110617/110615235242-8a82c6f62c966f104ab6ec9808e41d65 (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.