SOLICITATION NOTICE
Y -- Spray Foam Instllation - Map
- Notice Date
- 7/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3GHBA8166AW01
- Archive Date
- 8/3/2018
- Point of Contact
- Joshua T. Lanoue, Phone: 7026525354
- E-Mail Address
-
joshua.lanoue.1@us.af.mil
(joshua.lanoue.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawings Map This is a combined synopsis/solicitation for a commercial item 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. 1. The solicitation number is F3GHBA8166AW01. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9, effective 15 June 18. 3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code is 238310. 4. Below is the contract line item number. CLIN 0001 - 1 LOT, Prep and use Graco Reactor 2 E-30 Spray Foam insulation equipment or equivalent polyfoam insulating maching to insulate approximately 5000 SF of walls and cielings to a minimum of 3 inches followed by fire proofing IAW the attached SOW. 5. Description of requirement for the item to be acquired. Delivery Date: 30 Days ADC Delivery/Ship to Location: Nellis AFB, NV 6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description. Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: GSA Contract Number, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clause cited is applicable to this acquisition: FAR 52.232-33 The following additional provisions or clauses are specific to this particular requirement: FAR 52.211-6 - Brand Name or Equal FAR 52.211-16 - Variation in Quantity FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.237-1 - Site Visit FAR 52.247-34 - FOB Destination DFARS 211-7003 - Item Identification and Valuation AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101, Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names, dates of birth, social security numbers, citizenship, and driver's license / state identification, of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license (additional supporting documentation is required when driver's licenses from Utah, New Mexico, or Washington is provided such as Passport, original Birth Certificate with raised seal, or original Social Security Card), current vehicle registration, valid vehicle insurance certificate, and for non-US citizens, documentation demonstrating legitimate ability/status to be in the United States to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 11. Offers are due on 19 July 2018, at 12:00pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to Joshua Lanoue at joshua.lanoue.1@us.af.mil STATEMENT OF WORK (SOW) Nellis Air Force Base 58th GAARV KSpan Spray Foam Insulation 1. GENERAL 1.1. BACKGROUND 1.1.1. The 820th RED HORSE Squadron is constructing a KSpan for the 58th Rescue Squadron at Nellis Air Force Base, Las Vegas, Nevada. The KSpan will serve as a vehicle maintenance warehouse and storage facility. The 5000 square foot facility requires insulation be applied to the exposed metal interior of the facility to meet energy efficiency requirements. A fire retarder must also be sprayed on the structure to meet applicable codes. 1.2. SCOPE OF SERVICES 1.2.1. THERMAL BARRIER 1.2.1.1. The contractor shall be responsible for providing the material and equipment required to prepare the surface and surrounding area, and insulate the exposed metal interior of the KSpan to a minimum sprayed thickness of three inches so as to achieve a minimum R-value of 20. 1.2.1.2. All material shall be installed per the manufacturer's instructions and specifications. 1.2.2. IGNITION BARRIER 1.2.2.1. The contractor shall be responsible for providing the material and equipment required to fire proof the foam once it has been applied to meet a minimum 15 minute fire-resistant barrier rating. 1.2.2.2. All material shall be installed per the manufacturer's instructions and specifications. 1.3. APPLICABLE REGULATIONS 1.3.1. All work shall be performed in accordance with the most current local, State, Federal, and Air Force codes and regulations. This includes, but is not limited to, the following: 1.3.1.1. International Building Code (IBC) 2015 1.3.1.2. National Fire Protection Association (NFPA) 2015 1.3.1.3. OSHA 29 CFR 1926 Standards for Construction 1.3.1.4. Unified Facilities Criteria (UFC) 1-200-01 DoD Building Code 1.3.1.5. Unified Facilities Criteria (UFC) 3-600-01 Fire Protection 1.4. GOVERNMENT FURNISHED EQUIPMENT 1.4.1. The government is not providing any equipment or materials. All equipment and materials must be provided by the contractor. 2. PROJECT ADMINISTRATION 2.1. PROJECT SITE ACCESS 2.1.1. The contractor shall have access to the site from the hours of 0700 until 1600 Monday through Friday. If the contractor requires access any time outside of this, the contractor shall submit a request in writing to the Contracting Officer no later than one week prior to the requested dates. 3. TASKS AND TECHNICAL REQUIREMENTS 3.1. EQUIPMENT AND MATERIALS 3.1.1. THERMAL BARRIER 3.1.1.1. The contractor shall use the Graco Reactor 2 E-30 Spray Foal and Polyurea Equipment or equivalent polyfoam insulating machine for the thermal barrier. The machine specs shall be submitted to the Contracting Officer prior to accomplishment for approval. 3.1.1.2. The contractor shall use a closed-cell polyfoam. The material data sheet must be submitted to the government for approval prior to use on base. 3.1.2. IGNITION BARRIER 3.1.2.1. The contractor shall use the appropriate equipment and material to fireproof the foam. The fire-barrier shall provide no less than a 15 minute fire-resistant rating. 4. DELIVERABLES 4.1. SUBMITTALS 4.1.1. The contractor shall submit all material data sheets to the government no later than one month from the intended time of use for review. The government reserves the right to reject materials that do not comply with or meet the installation's environmental policy. 4.1.1.1. In some cases the contractor may be able to use a material while on base, however they may not be allowed to store it on base when not in use.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GHBA8166AW01/listing.html)
- Place of Performance
- Address: Nellis AFB, Nevada, United States
- Record
- SN04980498-W 20180707/180705230553-053c2cd8ec7ab28b8ea3ef4aed0f9e26 (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 |