SOLICITATION NOTICE
54 -- Provide all plant, labor and equipment necessary to relocate big top shelter on VaANG Base, Richmond Internation Airport, Henrico County Sandston Virginia to Langley AFB Hampton VA
- Notice Date
- 1/3/2008
- Notice Type
- Solicitation Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- 192 FW, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
- ZIP Code
- 23150-2523
- Solicitation Number
- W912LQ-08-T3001
- Response Due
- 1/14/2008
- Archive Date
- 3/14/2008
- Point of Contact
- Lisa Pena, 757-764-7681
- E-Mail Address
-
Email your questions to 192 FW
(lisa.pena@langley.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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request For Quote (RFQ). Submit only written quotations for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21. This acquisition is 100% set aside for small businesses. The associated NAICS code is 332311 with a 500 employee size standard. These RFQ requirements are listed in the following Statement of Work;<B R> STATEMENT OF WORK RELOCATE BIG TOP SHELTER 7 November 2007 Provide all plant, labor and equipment necessary to relocate the Big Top Shelter on the Virginia Air National Guard (VaANG) Base, Richmond International Airport, Henrico Co unty, Sandston, Virginia to Langley Air Force Base, Hampton, Virginia. A. Dismantle Big Top Shelter: Dismantle the Big Top Shelter in a manner that will allow it to be transported and reassembled. The shelter is approximately 80-9 long, 78-4 wide and 28 high. The 78-4 sides have a personnel door and fold up overhead door that is approximately 40-6 wide and 16 high. The overhead door has lifting cables with pulleys and winches. The shelter is formed by 9 arced tubular steel trusses wi th cross bracing between them. The arced metal trusses support a PVC fabric cover that makes up the roof and sides. Provide enough traffic control cones (not less than 20) to safely cordon off the shelter site from adjacent areas. Provide the ne cessary lifts, hoists, scaffolds, ladders, etc. to dismantle the shelter safely and efficiently. Provide pallets, boxes, straps and other packing materials necessary to collect all of the parts as the shelter is dismantled so that they can be used again t o reassemble it in the new location. Once the shelter is dismantled and moved off the site, thoroughly sweep and clean up the area where the shelter was located. Remove any shelter related items that were connected to the concrete pavement at the s helter site. Anchor bolts that can not be pulled out may be cut off level with the pavement. Using an approved concrete patching material, fill any shelter related holes are spalls in the concrete pavement. B. Transport Big Top Shelter: Provide t he necessary trucks and trailers, fork lifts, etc. to safely load, transport and unload the shelter components. The shelter is to be relocated to Langley Air Force Base, Hampton, Virginia, approximately 75 miles to the east. The exact address and directio ns will be provided at a later date. Load the shelter components on the trucks and trailers and strap them down. Transport the shelter components to the new location and unload them in the area to be designated later. C. Reassemble Big Top Shelter : The contractor shall visit the site on which the shelter will be reassembled to familiarize himself with the local situation and to determine what type of anchors and other new parts will be needed to reassemble the shelter. Provide the necessary lifts , hoists, scaffolds, ladders, etc. to reassemble the shelter safely and efficiently. Provide the appropriate anchors to securely fasten the shelter trusses in place. Provide any other components necessary to completely reassemble the shelter. Once the s helter is reassembled, thoroughly clean up the reassembly, storage and staging areas and access routes. Brief personnel from Langley Air Force Base on the operation and maintenance of the shelter. D. Work Times: Work on this Project may be perform ed Monday thru Friday, 7:30 am to 5:00 pm. E. Security: The contractor shall comply with all Langley Air Force Base Security Requirements. The contrac tor shall coordinate all work schedules with the Contracting Officer, VaANG Project Engineer and Base Security Police to ensure that Security Requirements are in force at all times. Contractor employees shall provide adequate identification (i.e. drivers license) in order to gain access to Langley Air Force Base. F. Toilet Facilities: Langley AFB toilet facilities that the contractor employees may use will be designated at a later date. G. Debris Control and Clean Up: The contractor shal l keep the work sites, staging areas and access routes in a picked-up condition at all times. H. Safety Requirements: The contractor shall comply with all applicable OSHA Safety Requirements for this type of work and shall ensure that his employees have and use all necessary personal protective clothing and equipment. I. Damage to Property: The contractor shall repair or replace, to the Contracting Officers satisfaction, any damage to Government Property and / or Personal Property caused by his or his sub contractors employees or venders. J. Water and Electricity: The Government will provide the contractor with reasonable quantities of water and electricity. However, the contractor shall make all necessary temporary connections and , at his expense and in a manner satisfactory to the Contracting Officer, shall provide and maintain distribution lines, hoses, extension cords, etc. necessary to convey supplied water and electricity to the needed locations on the job sites. K. Bas e Smoking Policy: Contractor employees shall comply with AFI 40-102 Tobacco Use in the Air Force. A copy of the regulation are on file in the Base Civil Engineering office for the contractors review. Provisions/Clauses The provision FAR 52.212-1 Instructions to Offerors applies to this acquisition. The provision at FAR 52.212-3 Offeror Representations and Certification commercial items applies to this acquisition and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, FAR 52.219-6 Notice of Total Small Business Set A side, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Em ployment Reports on special disabled veterans of the Vietnam Era, FAR 52.222-41 Service Contract Act of 1965 as Amended, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252,212-7001 Contract Terms an d Conditions required to Implement Statues or Executive Orders . The above applicable clauses and provisions may be found via the internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Lisa Pena at 192 MSG/MSC , 74 Nealy Av enue, Langley AFB VA 23665-2088. Quotes must submitted by 14 Jan 08 by 1400 hours EST to 192 MSG/MSC attn: Lisa Pena, Contracting Officer. Phone 757-764-7681, Fax 757-764-4071, e-mail lisa.pena@langley.af.mil. All contractors must be registered in Cent ral Contractor Registration at http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery time, Date Offer Expires, a nd Total Cost.
- Place of Performance
- Address: 192 FW Richmond IAP, 61 Falcon Road Sandston VA
- Zip Code: 23150-2523
- Country: US
- Zip Code: 23150-2523
- Record
- SN01478626-W 20080105/080103223839 (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 |