Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

99 -- Installation and removal of doors, windows, temporary walls and debree cleanup in Tinian

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
238350 — Finish Carpentry Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FY12TIN01
 
Archive Date
8/18/2012
 
Point of Contact
Gillian B. David, Phone: 6713666603
 
E-Mail Address
gillian.david@us.af.mil
(gillian.david@us.af.mil)
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-56. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The NAICS code is 238350, size standard $14,000,000.00 dollars. The attached Statement of Work and Floor Plans are incorporated as reference to describe the requirement. STATEMENT OF WORK NORTH FIELD TINIAN REQUIREMENT 1.0 Summary of Service: The contractor shall provide all labor, equipment, material and necessary supervision to perform site clean-up and provide temporary wood-framed construction modifications on (3) cast-in-place reinforced concrete structures originally built during World War II. The purpose of this project will be to prepare a safe and suitable training environment for future military exercises. Three (3) separate and close adjacent historical concrete structures have been identified to receive simply-constructed and non-permanent modifications, in order to create a suitable temporary training environment. Modifications shall include the installation of multiple wood-framed, residential-type doors, plywood vertical split open windows that can be opened/closed and secured, wood partition walls and structural shoring systems in locations/numbers to be specified by the customer. All interior building spaces will be made safe for training through the removal of all existing and/or construction debris prior to the exercise, to include tripping and impalement hazards resultant of natural building decomposition, i.e. protruding reinforcing steel. At the conclusion of training, all construction/modifications will be removed with every effort made to return the structures to pre-construction conditions. Properly dispose of any/all hazardous waste, trash and construction debris IAW codes/regulations. 2.0 Place of Performance: North Field, Tinian, Commonwealth of the Northern Mariana Islands (CNMI) 3.0 Period of Performance: 1 September starting at 0800 and concluding 18 September ending by 1300 (construction build) 22 September starting at 1500 and concluding 24 September ending by 1600 (all walls, doors, and windows removed and sim rounds cleaned) 24 September starting at 1600 and concluding 26 September ending by 1900 (all material will be removed from area) 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICES: Security from 1700 to 0900 from 1 - 18 September. Portable latrines available 24 hours a day from 1 - 18 September. 5.0 CONTRACTOR FURNISHED EQUIPMENT/MATERIAL/SERVICES: - All required tools and equipment - All work-related supplies and construction materials - All material delivery and disposal services - All transportation, berthing and life-support requirements - All electrical power generation and supporting fuel/oil requirements 6.0 NOTES: None 7.0 QUALITY ASSURANCE REQUIREMENTS: - All temporary construction will be performed in accordance with accepted best practices, typical methodology and designed to preserve and support safety. - Safety program requirements shall be executed IAW OSHA 29 CFR Part 1926. - Contractor will provide a qualified and dedicated Quality Control/Safety Representative. This person shall not perform direct labor for the project. The QC/Safety Representative will conduct and properly document inspections every day work is performed. Inspection form copies will be provided to the contracting officer's representative (COR) upon request and/or as designated by the COR. 8.0 STATEMENT OF WORK/ REQUIREMENTS 8.1 The contractor(s) shall perform the following: - Cut and remove all impalement (minimum 8' from ground) and/or tripping hazards, to include protruding reinforcing steel bar while maintaining structural and historical integrity to the greatest extent practicable. - All mechanical connections to existing concrete surfaces made for the purpose of installing new temporary construction elements will be totally secure and completely removable. There shall be NO DRILLING on exisiting conconcrete and the contractor shall utilize other means to secure the installation of temporary constrcution elements. - Install approximately (50) 30" x 48" plywood style windows (double-hung / locking/ single-light) and wood jamb assembly to include any/all lumber and plywood required to attach and completely enclose the oversized opening. - Install approximately (20) 36" x 80" exterior wood or metal doors (flush / solid core) with locking hardware, deadbolt and wood frame / jamb to any/all lumber and plywood required to attach and completely enclose the oversized opening. - Install approximately 150 linear feet of 12' x 2" x 4" wood framed partition walls sheathed one-side with 1/2" plywood fastened 12" on center. Be prepared to create openings and /or install doors in partition walls as directed. - Install approximately 50 linear feet of temporary adjustable steel post shoring/bracing with steel or heavy timber beams to support 20K LB load. - No priming or painting of any surfaces is required. Minimize HAZMAT use. - All sites will be returned to original condition, to include removal and proper disposal of any/all temporary construction features and any related remaining debris. - All required HAZMAT and/or POL will be properly stored and disposed. - All sim rounds and casings will be cleaned up and marks washed off of any walls or surface. 9.0 PROJECT POC: KEITH B. BEEM, Contracting Officer TEL: 671-366-2667 EMAIL: keith.beem.1@us.af.mil ALTERNATE POC: GILLIAN DAVID, Contract Specialist TEL: 671-366-6603 EMAIL: gillian.david@us.af.mil 10.0 SITE VISIT: A one time site-visit is scheduled on 21 July 2012 at 1300. Contractors are to meet at the North Field Administration building. The Contractor is encouraged to visit the site to understand the magnitude of work. The contractor shall verify the accuracy of the existing as-built drawings (if any) and note any discrepancies. The contractor will determine how the project can best be accomplished in the most efficient manner. 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 request, either before or after the US Government receives your reply, with no obligation. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the Best Value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. FAR 52.232-18 Availability of Funds is incorporated in this solicitation as funds are not immediately avaiable for this contract. The clause at FAR 52.204-7, Central Contractor Registration; 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items(Deviation); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Gillian David at e-mail gillian.david@us.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Thursday, July 26, 2012, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FY12TIN01/listing.html)
 
Place of Performance
Address: North Field Building, Tinian, Marianas Islands, North Field, Northern Mariana Islands, 96952, United States
Zip Code: 96952
 
Record
SN02814230-W 20120727/120725235124-49ed328c2627a737d0ca7b21105c7be0 (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.