Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS

J -- REPAIR BASE SWIMMING POOL

Notice Date
February 1, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St -- Suite 124A, Whiteman AFB, MO, 65305
ZIP Code
65305
Solicitation Number
F23606-01-Q0049
Response Due
February 16, 2001
Point of Contact
Weiss Tony, Contract Specialist, Phone 6606875436, Fax 6606874822, Email 509cons.sollgca@whiteman.af.mil -- George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email
E-Mail Address
Weiss Tony (509cons.sollgca@whiteman.af.mil)
Description
This is combined synopsis/solicitation for commercial items (non-personal services), 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; quotations are being requested and a written solicitation. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F23606-01-Q0049. All Statement of Work and Evaluation Factor requirements must be met as they appear in this notice. This procurement is set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-21. The NAICS code 23599 applies to this solicitation. The size standard is $11.5 million. The item description is as follows: Repair Base Swimming Pool, Whiteman AFB, MO in accordance with the following Statement of Work. Statement of Work read: Repair Base Swimming Pool. 1.General. 1.1The contractor shall provide transportation, labor, materials, equipment, fuel and any other needed material for the purpose of this project. 1.2 Contractor personnel and vehicles must possess appropriate passes. These shall be obtained from Security Forces, Pass and ID, at the Visitor Center, located at the Spirit Gate. 1.3 The contractor is subject to all base fire, safety, security and traffic regulations. 1.4 The Government contracts on the understanding that the contractor is complying with applicable laws concerning workplace safety. 1.5 The contractor is subject to all citations and penalties for violation of applicable workplace safety laws. The burden of compliance rests with the contractor. Enforcement of workplace safety laws is the responsibility of the agency specified in the applicable laws. 1.6 The Contracting Officer may notify the contractor of hazards in the contractor_s operations that endanger government personnel or property and require appropriate abatement action. This provision does not constitute assumption of liability for Occupational Safety and Health compliance on the part of the government or negate other agency responsibility for enforcement of applicable laws. 1.7 Accident prevention principles must be thoroughly integrated into all operations. Unsafe conditions and practices, as identified by the contracting officer, or designated representative, must be corrected immediately. 1.8 Any and all debris generated by the contractors operation shall be removed from Whiteman AFB. Disposal of all debris shall be in accordance with existing local, state and federal regulations. The contractor shall be responsible for any permit or fees associated with the use of off-base disposal locations. 1.9 The contractor shall be liable for any loss, destruction or damage beyond normal wear and tear, and deterioration to government property, including vegetation and landscaping, resulting from contractor operations. Any damage to government or personal property will be repaired or replaced to the satisfaction of the contracting officer at contractor expense. 2. Performance. 2.1 The contractor shall inspect the existing pool and repair as required using Gunite masonry product to the acceptable standard to install a RENOYS PVC Pool Shell or equal. 2.2 The project must be completed and turned back to the government no later than 30 April 2001. The time is required to perform other needed maintenance and to fill and stabilize the pool water in time for the Memorial Day weekend opening. 2.3 The contractor will be required to mate around the projections inside the pool that equate to seventeen in-wall light fixtures and three enter/exit ladders. The central drain system is located in the twelve-foot area of the pool. The existing stainless steel gutter system will remain in place and the contractor will mate to it. The shade of the pool lining selected is French Blue. The application will require eight black lane markings with the applicable end marks installed. The measurements of the pool are as follows: 70' X _20'. Deeps run from 3.5 feet to 6 feet to 80-foot mark. The remainder of the pool depth is 12 foot. The contract will include a 50 foot wide B-2 Stealth bomber black silhouette welded into the 80-foot area interrupting the black lane markings. 2.4 A one-time site visit is scheduled for 6 Feb 2001 at 10:00 CST for all interested bidders to achieve a quality product. The provision at FAR 52.212-1, Instructions to Offerors _ Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: (b)(12) FAR 52.222-26, Equal Opportunity; (b)(13) FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (b)(14) FAR 52.222-36, Affirmative Action for Workers with Disabilities; (b)(15) FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (b)(22) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (c)(1) FAR 52.222-41, Service Contract Act of 1965, as amended. U.S. Department of Labor Wage Determination 94-2308 revision 14 is applicable to this requirement; (c)(2) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. Equivalent position is as follows: Laborer $9.12. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this solicitation. Addenda to FAR 52.212-4: The following additional clauses apply to this solicitation: 52.237-2, Protection of Government Buildings; and 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials. The following provisions apply to this solicitation: 52.252-1, Solicitation Provision Incorporated by Reference; 52.237-1, Site Visit; 252.225-7000, Buy American Act-Balance of Payments Program Certificate; and 252.204-7004, Required Central Contractor Registration. The above Provisions and Clauses may be obtained via Internet at http://farsite.hill.af.mil. All proposals must be mailed to POC Anthony C. Weiss at 509 CONS/LGCA, 727 Second Street, Suite 124A, and Whiteman AFB MO 65305. Award will be made to the lowest responsive and responsible offeror. Proposals are required not later than 4:00 PM CST, 16 Feb 2001.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F23606-01-Q0049&L=884)
Record
Loren Data Corp. 20010205/JSOL011.HTM (D-032 SN50C4C0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on February 1, 1988 by Loren Data Corp. -- info@ld.com