Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2011 FBO #3499
MODIFICATION

Z -- AIRFIELD RUNWAY CHEMICAL RUBBER REMOVAL SERVICES - Solicitation 1

Notice Date
6/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3081031A001
 
Archive Date
6/10/2011
 
Point of Contact
Michael M. Grado, Phone: 6238562790, Eric Hinsch, Phone: 623-856-9665
 
E-Mail Address
michael.grado@luke.af.mil, eric.hinsch@luke.af.mil
(michael.grado@luke.af.mil, eric.hinsch@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LUKE AFB RUNWAY CHEMICAL RUBBER REMOVAL BID SCHEDULE LUKE AFB RUNWAY CHEMICAL RUBBER REMOVAL SITE PLAN 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; quotes are being requested and a written solicitation will not be issued. This solicitation number (F2U3081031A001) is issued as a Request for Quotation (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F2U3081031A001. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) code is 488119 and the size standard of $7.0M applies to this procurement. The Small Business Competitiveness Demonstration Program does not apply. The Defense Priorities and Allocation System (DPAS) do not apply. The requirement is to perform airfield runway chemical rubber removal services at Luke Air Force Base, AZ, 85309, in accordance with the Statement of Work (see below). FOB Destination is Luke Air Force Base, Arizona, 85309. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The evaluation will be based on price, technically acceptable offer, and delivery of service. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition. 1. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 2. FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 3. FAR 52.214-21, Descriptive Literature. All or equal submissions must be accompanied by descriptive literature; 4. FAR 52.219-6, Notice of Small Business Set Aside; 5. FAR 52.222-3, Convict Labor; 6. FAR 52.222-21, Prohibition of Segregated Facilities; 7. FAR 52.222-26, Equal Opportunity; 8. FAR 52.222-36, Affirmative Action for Workers with Disabilities; 9. FAR 52.222-41, Service Contract Act; 10. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; 11. FAR 52.222-50, Combating Trafficking in Persons; 12. FAR 52.223-11, Ozone Depleting Substances; 13. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 14. FAR 52.252-4, Alterations in Contract;.The following clauses are incorporated by Reference: • FAR 52.204-2, Security Requirements; • FAR 52.204-7, Central Contractor Registration; • FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; • FAR 52.212-1, Instructions to Offerors-Commercial Items; • FAR 52.223-3, Hazardous Material Identification and Material Safety Data; • FAR 52.223-5, Pollution Prevention and Right to Know Info; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.227-1, Authorization and Consent; • FAR 52.227-3, Patent Indemnity; • FAR 52.228-11, Pledges of Assets; • FAR 52.233-1, Disputes; • FAR 52.233-3, Protest after Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim; • FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; • FAR 52.237-3, Continuity of Services; • FAR 52.242-15, Suspension of Work; • FAR 52.242-17, Government Delay of Work; • FAR 52.244-6, Subcontracts for Commercial Items; • FAR 52.246-4, Inspection of Services; • FAR 52.246-15, Certificate of Conformance; • FAR 52.246-20, Warranty of Services; • FAR 52.246-25, Limitation of Liability-Services; • FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form); • FAR 52.252-1, Solicitation Provisions; • FAR 52.252-2, Clauses Incorporated by Reference; • FAR 52.252-6, Authorized Deviations in Clauses; • FAR 52.253-1, Computer Generated Forms The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation. 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 2. DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by Governments of a Terrorist Country; 3. DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items; 4. DFARS 252.215-7000, Pricing Adjustments; 5. DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts); 6. DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 7. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 8. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 9. DFARS 252.232-7003, Electronic Submission of Payments; 10. DFARS 252.243-7001, Pricing of Contract Modifications. The following Local clauses apply to this acquisition. 1. L-701, AZ Privilege Tax Information; 2. L-704, Required Insurance; 3. L-708, Base Fire Prevention Program; 4. L-710, Smoking in AETC Facilities; 5. L-713, Electronic Submission of Payment Requests; 6. L-727, Contractor Access to Air Force Installation; 7. L-733, Commercial Items-Contract Terms and Conditions; AFFARS 5352.201-9101, Ombudsman. All clauses can be viewed at http://farsite.hill.af.mil. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. NO EXCEPTIONS. To register, you may apply through the internet at http://www.ccr.gov. All quotes must be valid for 60 days and e-mailed to michael.grado@luke.af.mil or faxed to (623) 856-3438 ATTN: Mike Grado. The response due date is 4PM (EDT), May 26, 2011 (Quotes are required to be received no later than add time/date). Quotes received after the closing date and time listed in the document will not be considered. STATEMENT OF WORK RUNWAY RUBBER REMOVAL 1. SCOPE: The work covered by this specification consists of furnishing all labor, equipment, tools, materials, transportation, etc, that is required to remove 85-percent of the rubber buildup from 100-percent of the work area. The work shall be performed on both asphalt and concrete surfaces. 2. CALL NOTIFICATION: The government will issue calls at least 30 days prior to the performance period. The Contractor will generally be allowed to choose the exact work dates, subject to government approval. It is expected that the Contractor will be issued only one call. The Contractor will clean (2) active runways - Runways 21L/03R and 21R/03L. The amount expected is 72,800 SY. 3. DAMAGE TO GOVERNMENT PROPERTY: The rubber removal work shall be completed without damaging the pavement, joints, joint sealant, or any other government property. If any damage does occur, the Contractor shall repair the damage as required, and in a manner approved by the Project Inspector. 4. AIRFIELD OPERATION REQUIRMENTS: The nature of the work requires the Contractor to operate within the airfield and under the rules and procedures of Luke AFB Airfield Management. Prior to the start of work, the Contractor shall attend an airfield safety briefing. The Contractor shall follow all instructions and training given at this briefing. If necessary, the Contractor will be provided with a radio at this time. The Contractor shall return the radio at the end of the work. The Contractor will receive airfield passes for his vehicles at this time. All vehicles working on the airfield must display the airfield passes at all times. 5. RUBBER REMOVAL METHOD: The removal of rubber deposits shall be accomplished by using a derubberizing compound, environmentally friendly bio-degradable chemical specifically formulated and field tested for this purpose. Typically, the areas to be cleaned are saturated with the cleaner, agitated by a mechanical scrubber using metal/nylon brushes, and rinsed with clean water. Prior to use, metal brushes must be authorized due to Foreign Object damage (FOD). 6. SUBMITTALS: The Contractor shall submit detailed information on the composition of his rubber removal chemical. The Luke AFB Environmental Flight will review the chemical to ensure that it meets all the required regulations. No chemical will be allowed for use on base until approval is received from the Environmental Flight. HAZMAT reporting/entry forms shall be provided to the contractor. These forms are required for all calls. Copies shall be sent to contracting, civil engineering and Hazmat. 7. EQUIPMENT REQUIREMENTS: The equipment used for rubber removal work shall be mounted on pneumatic tires, and shall not cause damage to the pavement surface or joints. The Contractor's broom shall have a multiple magnets to remove stray broom bristles from the pavement surface. All vehicles shall have a flashing yellow light on top of them. This light must be turned on during the nighttime hours. All vehicles must also have a 4' x 4' orange and white checkered flag attached to them during the daytime hours. 8. GOVERNMENT FURNISHED MATERIALS: Water will be provided to the Contractor at no cost. The water source will be a fire hydrant located adjacent to closed alpha. The Contractor shall provide and install an approved backflow prevention device on the fire hydrant. The Contractor shall furnish their own or will be provided with a wrench for opening and closing the hydrant. If a wrench is signed-out from the base fire department it shall be returned when the work in complete. When the hydrant is not in use by the Contractor, it shall be made available for emergency use by the base fire department. 9. EQUIPMENT STORAGE: The Contractor shall store his equipment and materials in areas designated by the base. The storage area is located on closed alpha near the airfield. Materials are required to be stored in a trailer to prevent FOD. 10. WORK HOURS: The Contractor will not be allowed to work during the daytime hours on a normal workday. The Contractor should expect that the work will occur during nights, weekends, or holidays - typically after normal flying hours. The exact work hours for each call will be determined at the airfield safety briefing. However, as a general rule, the Contractor can expect to work in accordance with the following schedule. 10.1 Monday - Friday: Start time will usually be between 10 PM and midnight. The work area must be completely rinsed and ready for use by 6 AM the next morning. 10.2 Saturday: Start time will usually be between 4 PM and midnight. However, our climates high temperatures and sunlight usually result in start times after sunset. The work area must be completely rinsed and ready for use by 6 AM the next morning. 10.3 Sunday: The airfield is usually closed on Sundays. The Contractor can usually work anytime he wants on Sunday. Refer to 10.2 climate and sunset. However, the work area must be completely rinsed and ready for use by 6 AM Monday morning. 10.4 Holidays: The work hours will vary depending on the flying schedule. 11. WORK AREAS: Rubber removal work will take place on two Luke AFB Runways. 11.1 Runway 21R/03L: 150' wide, with 75' wide paved shoulders. This runway usually has heavy rubber buildup. The typical work area is: for the north end, 1,400' long x 100' wide and 1,150' long x 50' wide and for the south end 1500'long x 75'wide respectively. 11.2 Runway 21L/03R: 150' wide with 75'wide shoulders. This runway is typically has heavy rubber buildup. The typical work area is: for the north end, 2,000' long x 100' wide and 880' long x 50' wide and for the south end 1980' x 50' and 88' x 25' respectively. 12. PERFORMANCE REQUIREMENTS: 12.1 Rubber Removal Procedures: Bio-degradable chemical application and cleaning methods shall be in accordance with the manufacturer's instructions. 12.2 Rinsing Procedures: 12.2.1 The Contractor will not be required to remove or dispose the chemical or dirty rinse water. 12.2.2 The Contractor shall flush all debris, rinse water, dust, waste, and by-products generated from the rubber removal process completely off of the pavement surface and onto the dirt after each work session. 12.2.3 The Contractor shall ensure that the dirty rinse water is not allowed to dry on the pavement surface and stain it. If any rinse water stains do occur anywhere on the pavement surface, the Contractor shall clean the pavement until the stain is gone before the end of each work session. 12.2.4 The Contractor shall ensure that his rubber removal process does not discolor or disfigure the pavement surface. 12.2.5 If any rinse water staining or discoloration does occur, the Contractor will be directed to stop work immediately and implement measures to correct the problem. 12.2.6 After each work session is complete, the entire pavement surface must be completely rinsed in accordance with the above requirements even if the Contractor is not yet ready for compliance testing. The Contractor will not be allowed to leave any dust, stains, debris, or dirty rinse water on the pavement surface between work sessions. 13. COMPLIANCE TESTING: Compliance with the 85-percent removal requirement from 100-percent of the work area will be determined by direct testing within the designated work area. The Contractor shall notify the Project Inspector when he is ready for compliance testing. The Contractor and the Project Inspector will then have a meeting to determine the exact testing locations. After the testing locations have been determined, the testing will begin. The government intends to conduct compliance testing within 24 hours after receiving notification from the Contractor. The exact time of the testing will depend on when the runway can be shut down or closed. The Project Inspector will send the compliance report to the Contracting Officer. 13.1 A one square foot grid with 100 equal squares will be placed on the pavement surface at random, pre-selected locations. The number of squares that contain rubber will then be counted. In order to pass the test, the number of squares containing rubber deposits shall not exceed 15 at each of the selected locations. 13.2 Each work area designated for rubber removal will be divided into four equal zones for the purpose of compliance testing. Within each zone, seven locations will be evaluated. Four of those locations will be located within 15' of the runway centerline. At least six of the locations selected for testing in each zone must meet the requirement specified above. Each zone will be evaluated independently. A zone not meeting the 85-percent removal requirement shall be recleaned by the Contractor at his expense. 13.3 Deposits of rubber are defined as any surface deposit that can be removed by digging or scratching the deposit with a pocket knife without damaging the pavement surface. Rubber stain is defined as material in the pavement surface microtexture that cannot be removed without damaging the pavement surface. Rubber stain is generally embedded in the surface of the pavement below the horizontal plane of the surface texture. The Contractor will not be required to remove rubber stain. However, note that rubber stain is different from rinse water stain as defined in Paragraph 12.2.3. 14. CLEANUP: The Contractor shall perform a complete cleanup of the work and equipment storage areas after the work is complete. The Contractor shall ensure that no broom bristles, stains, trash, or any other debris is left behind in these areas. However, the Contractor will not be required to remove the black rubber dust left behind on the surface. 15. BID SCHEDULE: The Contractor shall fill out the attached bid schedule. The unit of measure shall be measured in Square Yards (SY). There are two line items required on the bid schedule, one cost to perform work at Luke and One cost to perform work at Gila Bend. These items shall include all costs associated with travel, motel, per diem, etc, and all other costs directly related to a complete rubber removal finished end product. Payment to the Contractor shall be in accordance with the bid schedule. The bid schedule price shall include the appropriate tax. END OF STATEMENT OF WORK BID SCHEDULE LINE ITEM ITEM DESCRIPTION UNIT UNIT COST 1. Luke, Runway Rubber Removal Square Yard
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3081031A001/listing.html)
 
Place of Performance
Address: Luke Air Force Base, Glendale, AZ 85309, USA, Glendale, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02478970-W 20110624/110622234339-8675a497c8425bae1a985537eb4d61ad (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.