|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#216489th Contracting Squadron, 1419 Menoher Drive, Andrews AFB, MD
20762-6500 J -- REFRACTORY OF BOILERS SOL FA441698T0757 DUE 090398 POC Linda
Hardesty, (301)981-2366 Fax (301)981-1911 This is a combined
synopsis/Request for Quotation (RFQ) for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This acquisition is a 100%
small business set-aside. Delivery shall be FOB destination. Quotes on
this RFQ must be received by 3 Sep 98 at 4:30 p.m. A site visit will
be held on 28 Aug 98 at 9:00 a.m. Offerors must respond in writing or
fax intention to attend site visit. Requests to attend site visit must
include full name of all attendees (limited to two per company).
Delivery and Finance addresses will be provided upon award. Offerors
are required to document past performance suitability and provide
opportunity for verification. Award will be made to the lowest
responsible offeror. The following provisions apply to this
acquisition: FAR 52.212-1, Instruction to Offerors-Commercial Items;
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items (Offerors are to include a completed copy with their offer); FAR
52.212-4, Contract Terms and Conditions-Commercial Items, FAR
52.219-6, Notice of Total Small Business Set-Aside; DFARS 252.204-7004,
Required Central Contractor Registration; DFARS 252.232-7009, Payment
by Electronic Funds Transfer. All other applicable clauses will be
incorporated into the Purchase Order. All inquires and concerns must be
addressed in writing. Facsimile request and proposals will be accepted.
Confirmation of receipt is required. No collect calls will be accepted.
GENERAL INFORMATION: The contractor shall provide all personnel,
equipment, tools, materials, supervision, transportation and other
items or services necessary to perform all operations to remove all
refractory and fire brick materials from inside of three boilers,
provide and install complete new fire brick and refractory to three (3)
boilers, boiler's #1, 2, and 3, located in building 3409, Andrews AFB,
Maryland. The contractor shall conform to the standards in this
contract. All work shall be achieved in accordance with applicable
clauses, regulations, codes, and standards of the industry. MAJOR ITEMS
OF WORK. The following is a list of the major items of work to be
performed by the contractor. The list is general in nature and is not
intended to be a complete listing of every minor operation to be
performed. All materials, products and equipment incidental to each
specific system or major item of work shall be provided as necessary to
achieve complete and usable construction. Construction work shall be of
high quality and shall conform to the standards of workmanship of the
craft and trade involved. Disruption to the facility must be kept to a
minimum. Major items of work are as follows: Contractor shall remove
the existing refractory and fire brick from inside of each boiler, and
dispose of off base. One boiler shall be completely refractory (back
in service) before removing therefractory from the remaining two (2)
boilers. Contractor shall repair all "hot spots" on the interior of all
boilers as required. The contractor shall repair all items which are
damaged during performance of the work to their original condition, or
replace with new. Provide new supports and reinforcement for existing
construction weakened by demolition or removal work. Handle, store and
protect equipment and materials to prevent damage before and during
installation in accordance with the manufacturer's recommendations, and
as approved by the project manager. Damaged or defective items shall be
replaced at no additional cost to the government. Mortar for all
masonry shall be laboratory proportioned and tested. Sampling and
testing shall be the responsibility of the contractor and shall be
performed at no additional cost to the government. Sampling and testing
shall be performed by an approved commercial testing laboratory.
Laboratory shall be identified in proposals. Tests shall be performed
in sufficient numbers to insure that materials meet the specified
requirements. All test reports shall be given to Mr. Hall. Contractor
shall provide new fire brick, refractory, insulation, mortar and any
items/materials, equal or equivalent to the boiler manufacturer's
original specifications and install them in accordance with the
manufacturer's recommendation. Manufacturer's specification/manuals
shall be the responsibility of the contractor to provide. All
refractory shall be in accordance with ASTM C 27 standards. Provide the
services of a qualified engineer or technician for start-up and tests
and installation of equipment as specified below. Submit a printed
certified qualification resume of the engineer or technician to the
contracting officer. Contractor shall have as a minimum qualification,
R stamp certification. The contracting officer reserves the right to
reject the engineer or technician proposed if the engineer's or
technician's qualifications are not suitable or are questionable. The
engineer's or technician's resume shall list all applicable experience
related to installation, start-up, and testing of equipment and
applicable factory training and education. Submit a written schedule
with dates of start-up, tests, installation, and checkout of equipment
to the contracting officer. After installation of equipment, the
engineer or technician shall submit a signed certificate or certified
written statement that the equipment is installed in accordance with
the manufacturer's recommendations. More than one engineer or
technician may be provided based on the types of specific equipment. If
more than one engineer or technician is provided, provide a certified
resume for each one indicating their specific specialty and item of
work. One engineer or technician appointed by the contractor shall
supervise and be responsible for the overall installation, start-up,
test, and checkout. Contractor to start up each boiler and bake-out the
new refractory per the manufacturer's recommendation. SCOPE OF WORK:
The contractor shall provide all personnel, equipment, tools,
materials, supervision, transportation and other items or services
necessary to perform all operations in connection with the removal and
installation of new refractory to three Keesler model (3) boilers,
located in building 3409, Andrews AFB, Md. The contractor shall perform
to the standards in this contract. Contract Manager. The contractor
shall provide a contract manager who shall be responsible for the
performance of the work. The name of this person, and an alternate or
alternates who shall act for the contractor when the manager is absent,
shall be designated in writing to the contracting officer. The contract
manager or alternate shall have full authority to act for the
contractor on all contract matters relating to daily operation of this
contract. The contract manager or alternate shall be available during
normal duty hours within 2 hours to meet on the installation with
government personnel to discuss problem areas. After normal duty hours,
the manager or alternate shall be available within 24 hours. The
contract manager and alternate or alternates must be able to read,
write, speak, and understand English. Contractor Employees. The
contractor shall not employ persons for work on this contract if such
employee is identified to the contractor by the contracting officer as
a potential threat to the health, safety, security, general well-being
or operational mission of the installation and its population.
Contractor personnel shall present a neat appearance and be easily
recognized as contractor employees. This may be accomplished by wearing
clothing bearing the name of the company or by wearing appropriate
badges which contain the company's name and employee's name. The
contractor's employee will have their identification with them at all
times. The contractor shall make sure employees have the following
current and valid professional certifications before starting work
under this contract. The contractor shall have valid vehicle driver's
license and proof of current insurance for the type of vehicle operated
on base. The contractor shall not employ any person who is an employee
of the US Government if employing that person would create a conflict
of interest. Additionally, the contractor shall not employ any person
who is an employee of the Department of the Air Force, either military
or civilian, unless such person seeks and receives approval in
accordance to AFR 30-30 (for military) or AFR 40-735 (for civilian).
The contractor shall not employ any person who is an employee of the
Department of the Air Force if such employment would be contrary to the
policies in AFR 79-1. The contractor is cautioned that off-duty active
military personnel hired under this contract may be subject to
permanent change of station, change in duty hours, or deployment.
Military Reservists and National Guard members may be subject to recall
to active duty. The abrupt absence of these personnel could adversely
affect the contractor's ability to perform, however, their absence at
any timeshall not constitute an excuse for nonperformance under this
contract. Security Requirements. The contractor shall conform to all
Base Regulations and directives, that pertain to security, safety,
traffic, fire and personnel clearances. The contractor shall obtain
base passes from the 89 CONS/LGCS office, for each employee, prior to
contract start date. Accident Prevention. The contractor shall comply
with the Air Force Occupational Safety & Health Standards (AFOSH
Standards). Occupational, Safety and Health Act. "Contractors shall
comply with OSHA 1926, Standards and the portions of OSHA 1910
standards. The Army Corps of Engineers Manual EM 385-1-1, will be used
in the absence of guidance in OSHA Standards." Fire Protection. All
welding and burning operations will be accomplished in strict
compliance with the requirements outlined in AFOSH Standard 127-5;
National Fire Codes, Volume 4, Standard 51B; and the Department of the
Army Corps of Engineers General Safety Requirements Manual EM 385-1-1,
Section XIV (14). Prior to starting welding, burning and/or cutting
operations, the contractor will obtain a burning permit from the Base
Fire Department on a daily basis. These permits will be retained at the
project site until work is completed. The permits are the only
acceptable authorization for welding, burning or cutting. The
contractor shall comply with all safety and fire requirements outlined
in Corps of Engineers Manual EM 385-1-1, General Safety Requirements
and Andrews AFB's Fire Regulations. A written fire permit shall be
obtained from the installation Fire Prevention Section on a daily basis
for use of open flame devices such as blow torches, portable furnaces,
or gas and electric welding, burning or cutting equipment. Contractor
will inform assigned personnel of the location of the nearest
telephone and correct fire reporting procedures and pertinent Andrews
AFB Fire Regulations. The contractor shall provide two (2) fire
extinguishers at each location where cutting or welding is being
performed. Whereelectric or gas welding or cutting work is done,
interposed shields of incombustible materials shall be used to protect
against fire damage due to sparks and hot metal. When temporary
heating devices are used, a watchman shall be present to cover periods
when other workmen are not on the premises. The contractor shall
maintain good housekeeping practices to reduce the risk of fire, damage
and personal injury. All scrap materials, rubbish and trash shall
become the property of the contractor and shall be removed from
government property. The debris also shall not be permitted to be
scattered on adjacent property. Emergency. In the case of an emergency,
the Contracting Officer, Base Fire Chief and Base Operations Officer,
or their representative, shall have the authority to order the
contractor to terminate work and clear the area of personnel and
equipment. The contractor shall comply, to such an order, with all
possible speed. HOURS OF OPERATION: Normal Hours Of Operation. The
contractor shall perform the services required under this contract
during the following hours: Monday through Friday, from 0715 -- 1600
hours. Work shall not be scheduled for any Federal Holiday. Deviations
from the normal work week and requests for permission to work on
Saturdays, Sundays, and/or Federal holidays shall be submitted to the
contracting officer for approval in writing, a minimum of five days in
advance of the propose scheduled change. One (1) boiler shall be a
complete usable system by 25 Sept 98, the other two (2) boilers shall
be complete and usable by 15 Oct 98. The contractor shall coordinate
work operations with Mr. Nicholas Hall (301) 981-2140 prior to starting
work under this contract. The contractor shall notify Mr. Hall when
planning to be absent from the project site for more than two working
days. Holidays. The contractor is not required to provide service
official government holidays. CONSERVATION OF UTILITIES. The contractor
shall make sure employees practice utilities conservation. The
contractor shall be responsible for operating under conditions that
prevent the waste of utilities to include: Lights shall be used only in
areas where work is actually being performed. Employees shall not
adjust mechanical equipment controls for heating, ventilation, and air
conditioning systems. Water faucets or valves shall be turned off when
not in use. ENVIRONMENTAL PROTECTION: The contractor shall provide and
maintain environmental protection during the life of the contract as
defined herein. Environmental protection shall be provided to correct
conditions that might endanger the environment during normal
construction operations. DUST CONTROL: Dust shall be minimized at all
times; including, non-wok hours, weekends and Federal legal holidays.
The contractor shall erect barriers as necessary for control and
isolation of dust producing activities. DISPOSAL OF RUBBISH AND DEBRIS:
The contractor shall transport all wastes off of government property
and disposal shall comply with all Federal, State and Local
requirements. The contractor is responsible for any permits, or license
for the disposal of debris as required. Contractor shall provide
dumpsters in support of this contract. The contractor shall be
responsible for covering open-bodied vehicles transporting construction
debris, rubble, or other material which may become airborne and create
air pollution on base. Removal and transport of debris shall be in a
manner that will prevent spillage on pavements, streets or adjacent
areas. On completion of this contract, the contractor shall not leave
any construction material and shall restore the area to its original
condition. Posted 08/19/98 (W-SN238888). (0231) Loren Data Corp. http://www.ld.com (SYN# 0055 19980821\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|