SOLICITATION NOTICE
Z -- Demolish Airfield Obstructions
- Notice Date
- 2/4/2014
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
- ZIP Code
- 09643-6585
- Solicitation Number
- FA5575-14-R-0004
- Point of Contact
- Elia M. Portz, Phone: +34 95 584-8017
- E-Mail Address
-
elia.portz.de@us.af.mil
(elia.portz.de@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force intends to issue solicitation FA5575-14-R-0004 to solicit proposals for a Firm-Fixed Price contract to demolish airfield obstructions (water) at Morón AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 19 February 2014. Contract magnitude is between $100,000 and $250,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. Funds are not presently available for this project. FY14 funds may not be immediately available within USAFE to fund this project. In the event of unforseen budget anomalies and as a result of the Budget Control Act of 2011, the government reserves the right to cancel bids. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." The scope of work consists of the furnishing of all the materials, labor, plants, transportations, equipment and services to accomplish all the work in strict accordance with the drawings and specifications and complete and ready for use under a firm fixed price construction contract. The work includes, but is not limited to the following activities: OBSTRUCTIONS P-106_2, P-106_3, P-106_4, P-106_6 & P-106_8 (WATER MANHOLES) a. For each of the obstructions, demolish precast concrete water manhole, remove gate valve and demolish section of underground pipe and accessories. b. For each of the obstructions, supply and install new underground pipeline connected to the existing underground pipe, reinstall underground gate valve and install new valves box and fittings. c. For each of the obstructions, refill, compact and restore natural terrain. OBSTRUCTIONS P-106_1 & P-106_7 (VALVE BOXES) a. Demolish valve boxes and accessories. Underground gate valves shall remain in place. b. Supply and install new valve boxes and accessories. c. Refill compact and restore natural terrain for each of the obstructions. OBSTRUCTIONS T-187_4, T-187_2, T-187_1 (AIR RELIEF VALVES) a. Demolish air relief valves, including concrete thrust blocks, connection tees from main pipe, vertical pipes and accessories. Demolish underground pipe section and fittings. b. For each of the obstructions, supply and install new underground pipe and accessories connected to the existing underground pipe. c. Refill, compact and restore natural terrain. OBSTRUCTIONS T-187_3 & T-186 (AIR RELIEF VALVE AND HAMMER ARRESTOR) PROJECT QUUG 12-1019 01 11 00-2 a. Demolish air relief valve and water hammer arrestor, including concrete blocks, connection tees from main pipe, vertical pipes and accessories. Demolish underground pipe section and accessories. b. Supply and install new underground pipe and fittings connected to the existing underground pipe. c. Refill, compact and restore natural terrain. OBSTRUCTION P-116 (LOADING DOCK FOR FIRE DEPARTMENT TRUCKS) a. Demolish the loading dock for fire department trucks including the concrete blocks, connection tees from main pipe, vertical pipes, valve system and accessories. Demolish underground pipe section which would remain as an inactive line after the demolition of the obstruction. b. Plug up existing underground pipe. c. Refill, compact and restore natural terrain. OBSTRUCTION P-106_9 (BACKFLOW PREVENTER) a. Demolish backflow preventer, manhole, valve system, underground pipe and accessories. b. Plug up main pipe and underground lawn sprinkler pipe. c. Supply and install underground gate valves and fittings on main water line. d. Install water pipe from main pipe to underground irrigation pipe including atmospheric vacuum breaker, thrust blocks, connection tees, valves system and accessories. e. Refill, compact and restore natural terrain. OBSTRUCTIONS A-233_1, A-233_2, A-233_3 &A-233_4 (CULVERTS) a. Demolish two culverts, including the headwalls. b. Saw cut the limits of the road sections to be demolished. c. Demolish the road sections required for the demolition of both culverts. PROJECT QUUG 12-1019 01 11 00-3 d. Reconstruct the demolished road sections in accordance with the drawings and PG-3. OBSTRUCTION 1525 (DEEP ELECTRIC MANHOLE) a. Demolish the electric manhole entirely up to half a meter around it, including the concrete manhole, covers, subbase and all accessories. Approximate dimensions: 2.86 m x 2.31 m x 2.3 m. b. Cut and seal off the underground electrical conduits that could penetrate said manhole, previously coordinating with the Government representative to ensure that base services are not affected. c. Provide refill material, compaction and reseed natural terrain. OBSTRUCTION 1585 (SUPPORTS FOR WIND MEASURING SYSTEM) a. Demolish the concrete slabs up to half a meter around them including all the accessories. Approximate dimensions 1.47 m x 1.47 m x 0.2 m, 0.55 m x 0.55 m x 0.2 m, 0.3 m x 0.3 m x 0.2 m. b. Cut and seal off underground electrical conduits which could penetrate said slab. Previously coordinate with the Government representative to ensure that no base services are affected. c. Provide refill material, compaction and reseed natural terrain. OBSTRUCTIONS 1586A & 1586B (SUPPORT STRUCTURE FOR WEATHER TRANSMITTER) a. For each one of the obstructions, demolish the metal structure, obstruction lights, foundation and all accessories as well as adjacent vegetation. Shall be demolished up to one half meter around foundation. Approximate dimensions: metal structure 4 m in height, foundation 2.12 m x 2.12 m x 0.25 m. b. For each of the obstructions, cut and seal the underground electrical conduits which could supply said structure, previously coordinating with the Government representative to ensure that base services are not affected. c. For each one of the obstructions provide refill material, compaction and reseed the natural terrain. PROJECT QUUG 12-1019 01 11 00-4 OBSTRUCTION 1586C (ENCLOSURE AND FOUNDATION FOR TRANSFORMER) a. Demolish metal mesh enclosure, foundation and all accessories up to one half meter around it. Approximate dimensions: 2.56 m x 2.18 m x 0.4. b. Cut and seal off the underground electrical conduits which could potentially supply said obstruction, previously coordinating with the Government representative to ensure that base services are not affected. c. Provide refill material, compaction and reseed natural terrain. OBSTRUCTIONS 1588A & 1588B (SUPPORTS FOR CEILOMETERS) a. For each of the obstructions demolish the concrete slab up to one half meter around it including all the accessories. Approximate dimensions: 1.8 m x 1.8 m x 0.21 m. b. For each of the obstructions, cut and seal off the underground electrical conduits which could penetrate said slab, previously coordinating with the Government representative to ensure that base services are not affected. c. For each one of the obstructions provide refill material, compaction and reseed the natural terrain. OBSTRUCTION 1590 (SUPPORT FOR ML-121 EQUIPMENT) a. Demolish the concrete slab up to half a meter around it including all the accessories and equipment. Approximate dimensions: equipment 1.5 m high, foundation 0.6 m x 0.6 m x 0.3 m. b. Cut and seal off the underground electrical conduits which could penetrate said slab, previously coordinating with the Government representative to ensure that base services are not affected. c. Provide refill material, compaction and reseed natural terrain. - GPS topographic study. - Repair elements affected by project execution (pavement, topsoil, vegetation, sidewalks, etc.). The finish will be similar to the adjacent finish. PROJECT QUUG 12-1019 01 11 00-5 - General cleaning of the work site. - Delivery of As-Built drawings. All the above items do not limit or reduce the Contractor's responsibility to perform all the work required by the project in order to provide a complete and operational installation. PERFORMANCE PERIOD: The performance period proposed for the execution of this project, 180 calendar days, is for information purposes only and includes average inclement weather days. 2. CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economia y Hacienda" covering the following groups, subgroups and categories. Group Subgroup Category E 1 c C 1 c The above general outline in no way limits or reduces the responsibility of the Contractor to perform all work as required by the Statement of Work and project drawings in order to provide a complete and operable facility. It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the System for Award Management (SAM); contracts cannot be awarded to unregistered contractors. Registration can be made online at www.sam.gov/portal/public/SAM/ NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902-446-688. To obtain a NATO CAGE code you must fill out the form found in: http://www.dlis.dla.mil/Forms/Form AC135.asp Failure to be registered in SAM at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is SAM registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-14-R-0004/listing.html)
- Place of Performance
- Address: Base Aerea de Moron, Carretera Sevilla- Moron Km 17, Moron de la Frontera, Sevilla, Spain
- Record
- SN03281301-W 20140206/140204235922-f7a2ee2c9908a40d311c47784e9f44c2 (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 |