Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2012 FBO #4036
SOLICITATION NOTICE

38 -- Evaluation of Saw Technologies

Notice Date
12/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF22776541
 
Response Due
12/20/2012
 
Archive Date
2/8/2013
 
Point of Contact
Vendeck M. Davis, 601-634-4091
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(vendeck.davis@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Quotes are being requested via this synopsis and a written solicitation will not be issued. Requisition Number W81EWF22776541 is being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is a 100% set-aside for Small Business Concerns under NAICS Code 327320 (SIC 1771) with a size standard of 500 Employees. All cost associated with delivery to Vicksburg, MS 39180 shall be included in the quote. Purpose and Scope The Airfields and Pavements Branch (APB) has been tasked by the U.S. Air Force Civil Engineer Support Agency to improve the saw cutting rates of thick airfield-quality concrete when repairing bomb-damaged pavements. The APB will evaluate several commercially available saws for their performance and efficiency. A full-scale concrete model will be built at the ERDC to simulate real life high-quality airfield pavements for the equipment testing. Work A full-scale concrete model (see enclosed drawing) is required to evaluate the production rates of saws for bomb-related concrete destruction. Listed below are specific items that will be provided by the APB and items that are to be provided by the contractor. Work Items Provided by the APB: 1.All subgrade and base grading. 2.Quality control operations for concrete testing (strength, consistency, and temperature). 3.Curing compound will be provided by the APB (COE CRD-C 300 will be used). Work Items and Materials Provided by the Contractor: 1. Fixed formed placement a.Placed to grade as laid out by the APB; the contractor is to build on top of the dirt work completed by the APB and is not responsible for completing dirt work. Follow the as-built slope made to drain water from the surface. b.Ensure form is sturdy enough for the thick 18-in. and 24-in. PCC. c.Concrete can be placed in one pour. 2. Concrete a.Concrete slabs shall be 12.5 ft by 15 ft. b.Delivered concrete temperatures must be less than 90 degrees F. c.All concrete shall have a compressive strength of 4,000 psi - mix design shall be approved by the APB prior to starting. 3. Placement a. Mixture may be placed by pump truck provided by the contractor. b. Maximum slump of 7 1 in. c. Use of self-powered, vibratory truss screed required. 4. Dowels - No dowels will be used. 5. Broom finish with no additional water added to surface a.Fogging/misting is allowed to prevent shrinkage cracking. b. quote mark Slick quote mark floor finish is not allowed. 6. Form release shall be used 7. Curing compound a.Curing compound will be provided by the APB (COE CRD-C 300 will be used). b.Curing compound shall be applied by the contractor. 8. Contraction joints a.Wet saw cutting for contraction joints. b.All saw-cut contraction joints are to be 1/8 in. wide by 25% of the placement thickness in depth. c.Joint sealant is not required. Delivery Required Start Date: Two weeks after contract is awarded Required Completion Date: Three weeks after first day on government site Total Project Time: 5 weeks from date of award Safety It is the responsibility of the contractor to ensure worker safety by informing the workers of any potential hazardous practices. Occupational Safety and Health Administration (OSHA) guidelines must be followed at all times for hazardous practices for handling and placing concrete. Workers are required to be informed of all hazardous materials and practices that may involve exposure to toxic materials in the workplace. Material Safety Data Sheets (MSDS) must be available to all workers at the work site. Award shall be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Award can only be made to contractors registered in the SAM web page, https://www.sam.gov/portal/public/SAM/. Quotes are due 20 December, 2012 by 1200 hrs (12:00 pm) Central Standard Time at ERDC Contracting Office, Attention: MAJ Vendeck Davis, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: vendeck.davis@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact MAJ Vendeck Davis at the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 327320. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF22776541/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02945866-W 20121212/121210234356-b601d4c6093fcfd725fc1039ff017779 (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.