Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2003 FBO #0483
SOLICITATION NOTICE

H -- Inspection Antenna Towers

Notice Date
3/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-T-0023
 
Response Due
4/8/2003
 
Archive Date
4/23/2003
 
Point of Contact
Nicole Taylor, Contract Specialist, Phone (301)981-2312, Fax (301)981-1910, - Gerome Jordan, Contract Officer, Phone 3019812304, Fax 3019811911,
 
E-Mail Address
Nicole.Taylor@andrews.af.mil, Gerome.Jordan@Andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice and subpart 13.3, Simplified Acquisition Methods. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation Number FA4416-03-T-0023 is issued as a request for quotation (RFQ). 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 and DFC 20030214. 3. This is a 100% Small Business Set-Aside. Number Note 1 is applicable. The NAIC code is 235910 and the size standard is $12.0 million. 4. This solicitation contains two line item as follows: CLIN 0001 Safety Inspection Quantity: 1 x Unit of Issue: each x unit price_________ = extended amount $__________ Non-Personal Services. Description of Services: The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items or service necessary to perform all operations in connection with the safety inspection and evaluation of the Rhombic and sloping V antennas. All towers must be climbed and inspected for structural soundness and degree of corrosion determined by a qualified technician. Safe climbing practices must be adhered to according to industry standards. If at any time, the climbing inspector determines tower is not safe to climb work will be halted. The contractor must immediately contact the Contracting Officer or his designated representative and identify the tower that’s unsafe. Contractor must provide copy of inspection checklist, to include diagrams, that will be used to perform inspections. Specific inspection requirements: (A) Determine degree of corrosion (1) Inspect all welded joints for corrosion and structural soundness. (2) Inspect all bolted joints for corrosion and structural soundness. (3) Inspect all hardware attachment points for corrosion and structural soundness. (B) Inspect all concrete tower pedestals for structural soundness to include cracks, breakage, and general concrete degradation. (C) Inspect all metal guy anchors for structural soundness and corrosion. (D) Perform tests to determine thickness of metal using ultrasonic micrometer and provide test results. (E) Inspect all support guys for structural soundness to include corrosion and strand breakage. (F) Inspect all concrete guy anchor pads for structural soundness to include cracks, breakage, and general concrete degradation. (G) Criteria for inspections must be derived from industry standards. (H) Take digital photographs of areas that are damaged or structurally unsound. Applicable Documents: The degree of corrosion must be documented as natural, first degree, second degree, third degree, and galvanic corrosion for each area of inspection. However, other industry standards pertaining to the inspection and maintenance, and methods of corrosion control and repair, of steel antenna towers may be used to evaluate the degree of corrosion and its affects on structural integrity. The contractor must contact the Government point-of-contact to obtain the definitions for each degree of corrosion and list of antenna towers. CLIN 002: Inspection Report, Quanity: 1 x Unit of Issue: each x unit price_________ = extended amount $__________ Recording of work: The contractor shall provide written report addressing items listed above for each individual tower for both Davidsonville and Brandywine sites. Provide digital photographs of areas that are damaged or structurally unsound. Describe overall condition of tower. List all discrepancies with detail of components and location, how structural integrity is affected and if towers are safe to climb. Provide recommendation of possible repair action. Recommend actions the customer can take to ensure proper corrosion control and maintain structural integrity. FOB Destination Technical Expertise: Contractor must have extensive knowledge of and experience with the design, installation, maintenance, and corrosion control treatment of Rhon steel towers used in Rhombic antenna and Sloping-V antenna applications. Contractor must also have extensive experience in evaluation of the affects of corrosion on the structural integrity of antenna towers and supporting structures. The Governments prefers that the contractor be a current member of the National Association of Tower Erectors or equivalent professional organization. The work to be performed under this SOW is on an active base. The contractors shall coordinate work operations with 89 CS/SCMK, MSgt McConnell or TSgt Lawyer @ 301-981-3674 prior to starting work. Point of Contact/Manager: The contractor shall provide a Point-of-contact/manager who shall be responsible for the performance of the work. The name of this person and alternate(s) who shall act for the team/contractor when the POC is absent shall be designated in writing to the contracting officer prior to contract start dated. Location: 89 CG Transmitter Site, Davidsonville, MD and 89 CG Receiver Site, Brandywine, MD. Government Period of Performance: 60 days after date of award. 5. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. 6. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirement and will provide the Best Value to the Government considering price and non-price factors. The following factors shall be used to evaluate offers: Non-Price Factors (a) Contractors Inspection Checklist, (b) Membership with National Association of Towers or equivalent professional organization (c) In-House Safety Program and (d) Price. Non-price factors when combined are significantly more important than price. The contractor must provide applicable documents in its written proposals. 7. The Government will review all offers for completeness. Initially the Government will rank complete offers by price. The lowest priced three to five (3 to 5) offers will receive a technical evaluation against the non-priced factors (1) Inspection Checklist (2) In-house Safety Program (3) Membership National Association Tower Erectors or equivalent organization. The non-priced evaluation factors will receive an assigned rating of exceptional, very good, satisfactory, marginal, or unsatisfactory. An offer proposed price would be determined by multiplying the quantities identified in the pricing schedule by the proposed fixed unit price by contractor line item number to confirmed the extended amount. The Government reserves the right to enter into and agreement with other than lowest offeror. The government intends to enter into and agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 8. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, with addendum; FAR 52.212-5, and Notice to Supplier, 52.245-4. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders—Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.222-41, Service Contract Act of 1965, as amended; 52.222-42, Statement of Equivalent Rates for Federal Hires is applicable with addendum: This statement is for Information Only: It is not a Wage Determination: Employee Class GS-5 Monetary Wage---Fringe Benefits $11.23. Service Contract Act Wage Determination number 94-2103 Revision 28, 10/04/2202; 52.232-18, Availability of Funds 9. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 10. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. 11. A site visit is scheduled on Apr 2, 2003 at 9:00 am Brandywine Receiver Site, 1 Air Force Rd Brandywine, MD 20613, and 2:00 pm Davidsonville Receiver Site 3290 Bottner Rd Gambrills, MD 21054. All interested participants must meet at the sites mention above at least 15 minutes in advance. Participants are encouraged to email or fax the names of the individuals who will be attending the visit to SSgt Taylor 31 Mar 03. SSgt Taylor can be reached at Nicole.taylor@andrews.af.mil or 301-981-7347 (Fax: 301-981-1910) The contractor must contact the Government point-of-contact to obtain the definitions for each degree of corrosion and list of antenna towers 12. If interested, e-mail, fax or mail your offer to the 89 CONS/LGCBC, 1419 Menoher Drive, Andrews AFB MD 20762 (Attn: SSgt Taylor – FA4416-03-T-0023). Facsimile offers will be accepted at 301-981-1910. Quotations must be received no later than 3:00pm EST, 8 April 2003. 13. Your offer must include the following 3 parts: A. FAR 52.212-3 Offer Representation and Certification, B. Price Factors – Two Line Items: Line Item 0001 – Inspection/Evaluations and Line Item 0002 – Written Report, (C) Non-Price Factors: (1) Inspection Checklist, (2) In-house Safety Program (3) Copy of the contractors membership with National Association Tower Erectors or equivalent membership. 14. Contacts: SSgt Taylor at 301-981-7347, Nicole.taylor@andrew.af.mil or MSgt Jordan at 301-981-2304, gerome.jordan@andrews.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/89CONS/FA4416-03-T-0023/listing.html)
 
Place of Performance
Address: 1 Air Force Rd Brandywine, MD 20613, and 2:00 pm Davidsonville Receiver Site 3290 Bottner Rd Gambrills, MD 21054
Country: US
 
Record
SN00288992-F 20030328/030326221951 (fbodaily.com)
 
Source
FedBizOpps.gov 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.