Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2012 FBO #3690
MODIFICATION

38 -- Rubble/Concrete Crushing

Notice Date
12/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
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
FA4625-12-R-0004
 
Point of Contact
Lacy Kay, Phone: 6606875461, Terry W. Hester, Phone: 660-687-5488
 
E-Mail Address
lacy.kay@whiteman.af.mil, terry.hester@whiteman.af.mil
(lacy.kay@whiteman.af.mil, terry.hester@whiteman.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ). This is a Service-Disabled Veteran Small Business set-aside. The point of contact for this RFQ is Lacy Kay at (660) 687-5461. STATEMENT OF WORK 1. GENERAL 1.1. Scope of work. The Contractor shall furnish, deliver and set-up an operational industrial crusher to the Whiteman AFB Solid Surface Holding Area. The Contractor shall fully operate and provide all personnel, equipment, tools, supervision, and other items necessary for the operation of this purchase order. The quantity of concrete rubble to be crushed is approximately 5076 tons. The Period of Performance shall be 30 days; work will commence no later than 30 days after award. 1.2. The crusher must be capable of producing aggregate from concrete stored at the site as a result of infrastructure demolition, etc. The Contractor shall be required to produce aggregate of 3/4 - 1 inch sieve size with fines for use in packing road base. The Contractor shall stockpile produced aggregate on location at the Whiteman Solid Surface Holding Area as specified by the Government separate from other material and aggregate. 1.3. The Contractor shall be responsible to reduce in size the existing provided concrete material if required to fit into their crushing machine. Contractor shall be responsible to move and load all concrete materials into their machinery for crushing operations. 2. EQUIPMENT STANDARDS 2.1. The equipment shall meet all Federal, State, and local government rules/regulations, and standards relating to ambient air quality and air pollution controls. The Contractor shall provide dust suppression methodologies to ensure compliance with Clean Air Amendments of 1990, (PL) 101-549 (U. S. Code (USC) 7401-7671q), and the Missouri Air and Land Protection Division and other state and local laws and regulations. Source of water shall be hydrant located at North West corner of building 4050 and back flow device, provided by Contractor, shall be used at hose connection. 3. SUPPORT REQUIREMENTS 3.1. The Contractor shall provide support services for all equipment. The Contractor shall: a. Ensure that all set-up and installation is properly completed and that the plant is operational and meets all applicable functional specifications. b. Provide the manpower necessary to operate and maintain the equipment. The negotiation and execution of the total employment cost is the responsibility of the contractor. c. Provide a final inspection and acceptance test for the Government at the Whiteman AFB site to examine all operational characteristics pertinent to the identified installation site. 4.1 The Government shall furnish: a. The specific location (site) for the crusher plant and produced aggregate. b. Any specific site information deemed necessary to complete the plant installation. c. The Contractor shall be responsible to provide access to on-site restroom facilities for contractor use during operating hours. 5. OSHA REQUIREMENTS 5.1. All work shall be accomplished in accordance with OSHA regulations which can be reviewed and/or obtained from the U.S. Department of Labor Occupational Safety & Health Administrations website at Internet address http://www.osha.gov/. 6. FURTHER CLARIFICATIONS TO THE ABOVE STATEMENT OF WORK (SOW) 6.1. The SOW states that the contractor shall provide manpower to fully set up and operate the crushing operation - this includes sizing the material, loading and unloading the crusher, and placing crushed material in the stockpile area noted on the map attached to the solicitation. 6.2. The pictures attached to the solicitation show the rubble pile to be crushed and the size range of material to be crushed. 6.3. The map attached also shows the location of the rubble stockpile in relation to the crushed holding area. According to the customer if you situate the crusher precisely it may be possible to chute the crushed material directly into place. 6.4. The map attached to the solicitation also shows the water source (hydrant) that will be furnished by the GOVERNMENT per the statement of work. However, the CONTRACTOR must provide the hookup via a back flow device. 6.5. The rubble does consist of some concrete with rebar in it - approximately 50%. All rebar removed from the rubble will remain in the possession of the government. END STATEMENT OF WORK This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, DPN 20111202, and AFAC 2011-0714. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items the following subparagraphs apply: (a), (b)(5), (b)(15-16, 18-21), (b)(24)(i)(ii), (b)(28), (b)(29)(ii), (b)(31, 36),(c)(1,2 and 4) and (e); FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.222-41, Service Contract Act of 1965 FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; DFARS Clause 5352.201-9101, Ombudsman Clause; DFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 252.204-7004, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. DFARS Provision 252.212-7000, Offeror Representations and Certifications. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Wage Determination No.: 05-2308 Revision 13 dated 06/13/2011 applies to this services contract, to view - http://www.wdol.gov/sca.aspx. Registration is required in the Central Contract Registration (CCR) database in order to receive a Government contract. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS On-line Representations and Certifications Application Provision 252.212-7000 with their quote (Note: (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide). The applicable North American Industry Classification System (NAICS) Code is 238910. The Small Business Size Standard is $14 MIL. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to: Lacy.Kay@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of Lacy Kay. NOTE: Quotations must be received by 23 January 2012, 2:00 PM CST; late quotations will not be considered for award. Prospective offeror 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 quotation which, if timely received, shall be considered by this agency. Basis for Award: Lowest Price Technically Acceptable All offerors are requested along with their quote to submit: 1) A complete list of equipment, make/model capability, that will be used in the process of rendering concrete to crushed aggregate with fines 2) The process application as to the method they will use to reduce slab concrete to a manageable size to be crushed into the applicable size 3) An explanation of the methodology of how they intend to remove reinforcement bar and welded wire fabric to produce a metal free product 4) Identification of the number of personnel and their responsibility to accomplish the task covered in the SOW above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b0ae2809ae205231dd7b2daf9a9c119)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02647230-W 20120101/111230233603-6b0ae2809ae205231dd7b2daf9a9c119 (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.