Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 24, 2001 PSA #2858
SOLICITATIONS

56 -- CONSTRUCT NATURE TRAIL

Notice Date
May 22, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, = 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
ZIP Code
29404-5021
Solicitation Number
Reference-Number-F390011070100
Response Due
June 8, 2001
Point of Contact
Karen Wenner, Contract Specialist, Phone (843) 963-3327, Fax = (843) 963-5183/2850, Email Karen.Wenner@charleston.af.mil -- Anna Nix, = Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, = Email Anna.Nix@charleston.af.mil
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. This solicitation/synopsis = reference number is F7390011070100 is being issued as a Request for = Quote and as unrestricted. This solicitation document and incorporated = provisions and clauses are those in effect through Federal Acquisition = Circular 97-24. The project will be awarded pursuant to the ?Small = Business Competitiveness Demonstration Program?. The NAICS Code 235510 = with an 11.5 size standard. FAR 36.204- the magnitude of this = Construction project is between $25,000 and $100,000. This solicitation = will be evaluated IAW 52.212-2, -Evaluation ?Commercial Items (JAN = 1999) (a) The Government will award a contract resulting from this = solicitation to the responsible offeror whose offer conforming to the = solicitation will be most advantageous to the Government, price and = other factors considered. The following factors shall be used to = evaluate offers: (1) Past Performance and (2) Price. When combined are = equally as important. If the lowest priced evaluated offer is judged to = have an exceptional performance risk rating, that offer represents the = best value for the Government and the evaluation process stops at this = point. Award shall be made to that offeror without further = consideration of any other offers FAR 52.211-10, COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR = 1984), The Contractor shall be required to (a) commence work under this = contract within 10 calendar days after the date the Contractor receives = the notice to proceed, (b) prosecute the work diligently, and (c) = complete the entire work ready for use not later than 90 days after = notice to proceed. The time stated for completion shall include final = cleanup of the premises. The following clauses and provisions are = incorporated and will remain in full force in any resultant award. = Contractors are required to submit FAR 52.212-3, Offeror = Representations and Certifications-Commercials Items with offer, = http://farsite.hill.af.mil. 52.202-1 Alt I, Definitions (Oct = 1995)-Alternate I, APR 1984, 52.209-6, Protecting the Government's = Interest When Subcontracting With Contractors Debarred, Suspended, or = Proposed for Debarment, JUL 1995, 52.212-4, Contract Terms and = Conditions-Commercial Items, MAY 1999, 52.212-5, Contract Terms and = Conditions Required to Implement Statutes or Executive = Orders?Commercial Items (Apr 1999) (Deviation), 52.222-3, Convict = Labor, AUG 1996, 52.222-6, Davis Bacon Act, FEB 1995, 52.222-7, = Withholding of Funds, FEB 1988, 52.222-8, Payrolls and Basic Records, = FEB 1988, 52.222-9, Apprentices and Trainees, FEB 1988, 52.222-10, = Compliance with Copeland Act Requirements, FEB 1988, 52.222-11, = Subcontracts (Labor Standards), FEB 1988, 52.222-12, Contract = Termination-Debarment, FEB 1988, 52.222-13, Compliance with Davis-Bacon = and Related Act Regulations, FEB 1988, 52.222-14, Disputes Concerning = Labor Standards, FEB 1988, 52.222-15, Certification of Eligibility, FEB = 1988, 52.222-21, Prohibition Of Segregated Facilities, FEB 1999, = 52.222-26, Equal Opportunity, FEB 1999, 52.222-35, Affirmative Action = For Disabled Veterans And Veterans of the Vietnam Era, APR 1998, = 52.222-36, Affirmative Action For Workers With Disabilities, JUN 1998, = 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The = Vietnam Era, JAN 1999, 52.228-11, Pledges Of Assets , FEB 1992, = 52.228-13 Alternative Payment Protections, Jul 2000, 52.228-14, = Irrevocable Letter of Credit , DEC 1999, 52.228-15, Performance and = Payment Bonds-Construction, 52.232-27, Prompt Payment for Construction = Contracts , JUN 1997, 52.232-33, Payment by Electronic Funds = Transfer-Central Contractor Registration, MAY 1999, 52.233-3, Protest = After Award, 52.236-3, Site Investigation and Conditions Affecting, = 52.236-5, Material and Workmanship, 52.236-12 Cleaning Up, Apr 1984, = 52.236-17, Layout of Work, APR 1984, 52.236-26, Preconstruction = Conference, FEB 1995, 52.242-14 Suspension of Work, APR 1984, 52.243-5, = Changes and Changed Conditions, APR 1984, 52.247-34, F.O.B. = Destination, NOV 1991, 52.247-64, Preference for Privately-Owned = U.S.-Flag Commercial Vessels (46 U.S.C. 1241)(flow down not required = for subcontracts awarded beginning May 1, 1996), 52.253-1, Computer = Generated Forms JAN 1991, 52.252-2 Clauses Incorporated By Reference, = Feb 1998, 52.252-6 Authorized Deviations in Clause, Apr 1984, DFAR = 252.204-7003, Control Of Government Personnel Work Product, APR 1992 , = DFAR 252.212-7001 Contract Terms and Conditions Required To Implement = Statutes Or Executive Orders Applicable To Defense Acquisitions Of = Commercial Items (Apr 1999) (Deviation), DFAR 252.236-7000, = Modification Proposals-Price Breakdown, DEC 1991, 252.236-7001, = Contract Drawings, Maps, and Specifications, AUG 2000, 252.246-7000, = Material Inspection And Receiving Report, DEC 1991, FAR 52.222-25 = Affirmative Action Compliance, Apr 1984; DFARS 252.204-7004 Required = Central Contractor Registration, Mar 1998 are incorporated by reference = and apply to this acquisition and DFARS 252.225-7001 Buy American Act = and Balance of Payments Program, Mar 1998. General Wage Decision = SC010011 applies to this solicitation. PERFORMANCE AND PAYMENT BOND = REQUIREMENTS (IAW FAR 28.101-2 and FAR 28.102-3). The contractor shall = submit a Performance Bond (Standard Form 25) and a Payment Bond = (Standard Form 25-A) with good and sufficient surety and sureties to = the Government within 15 days of award. The penal sum of such bonds = will be as follows: a. PERFORMANCE BOND: The penal sum of the performance bonds shall equal = one hundred percent (100%) of the contract price. b. PAYMENT BOND: When the contract price is $1 million or less, the = penal will be fifty percent (50%) of the contract price. All contractors are reminded that Central Contractor Registration is = mandatory. You can access this via their web site at www.ccr2000.com or = call at 1-800-334-3414. Contractor?s not registered in the Central = Contractor Registration (CCR) prior to award will be ineligible for = award. For More Business Opportunities, visit the web site of = www.selltoairforce.org and the Small Business Administration (SBA) web = site at http://www.sba.gov.=20 Offerors shall provide a lump sum total for Line Items 1-7 in the = Statement of Work. Provide 3-5 references of your most recent = projects. Responses to this combined synopsis/solicitation must be = received via email, fax, mail or delivery by 8 JUNE 01, no later than = 4:30 PM Daylight Savings Time. Requests should be marked with the = solicitation number F7390011070100 and addressed to Karen Wenner, = Contract Specialist, Phone (843) 963-3327, Fax (843) 963-5183, Email: = Karen.Wenner@charleston.af.mil or Anna Nix, Contracting Officer, Phone = (843) 963-5157, Fax (843) 963-5183, Email: . The site visit is = mandatory and scheduled for May 31, 2001 at 10:00 AM at Building #503 = (Contracting Squadron) followed by location visit. All responsible = sources may submit a quotation, which shall be considered by the = agency. =20 STATEMENT OF WORK NATURE TRAIL GENERAL: The work to be performed by this contract consists of = furnishing all labor, materials, equipment, supplies, and supervision = necessary to clear areas of the existing CEV Nature Trail as well as = constructing walkways and footbridges. Remove and dispose of existing = shrubbery and weeds protruding onto the new trail with a minimal = clearing of scrub brush, exercising care not to alter the sites natural = look. NOTE: All new construction should be designed to match existing = bridges/boardwalks. All construction is to be in accordance with = current State/Federal labor, environmental, construction codes, = regulations and requirements. SCOPE OF WORK: The work includes but is not limited to, the following = items: 1. Construct 1 set of wooden steps 4? in width from existing sitting = area to ground surface to match the existing structure with attached = safety rails. 2. Construct 3 benches to match existing style, at designated areas = along creek bank.=20 3. Construct 3 sets of steps leading to the creek/bench area. These = steps will be constructed of informal irregular flagstone/patio style = stone and recessed into the creek bank. The stone is Colonial Gray in = color with a variation of blue/gray (due to natural products) and range = in thickness from ?? to 1 1/2? and 8?x10? to 18? x 2? in length. 4. Replace missing/damaged wooden slats on existing bridges to match = existing slats/materials. 5. Construct hexagonal-shaped observation deck at area to be = designated, each side being 10? in length, with benches on three sides = and entry on the remaining side. 6. Construct approximately 500 ft of boardwalk from main trail to = observation deck to match existing style. 7. Provide informational trail signs, in cast aluminum frames, one at = observation deck area and others placed along the main trail at areas = to be designated. Signs are produced/manufactured by Wilderness = Graphics, Inc. out of Tallahassee Florida at (850)-224-6414 or = information may be obtained on their website wildernessgraphics.com. = These signs are listed/ordered by titles, versus stock/item numbers and = are black test/artwork silk screened with a neutral background and are = accompanied with a Plexiglass cover. Each cast aluminum frame comes = with a cast back plate and flanges for attaching to a 4
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AMC/437CONS/Reference-Number-F390011070= 100/listing.html)
Record
Loren Data Corp. 20010524/56SOL001.HTM (D-142 SN50M8I7)

56 - Construction and Building Materials Index  |  Issue Index |
Created on May 23, 2001 by Loren Data Corp. -- info@ld.com