Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

89th 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