Skip to main content

An official website of the United States government

You have 2 new alerts

Concrete pad Jack Stand - Scott AFB

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: May 24, 2022 11:34 am CDT
  • Original Published Date: May 15, 2022 01:19 pm CDT
  • Updated Date Offers Due: May 31, 2022 01:00 pm CDT
  • Original Date Offers Due: May 31, 2022 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 15, 2022
  • Original Inactive Date: Jun 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

Mod 2: Added Site visit notes, See below
Mod 1: Site Visit will be Tuesday, 24 May. 0800 Blg 5026. Contract Contracting for base access on or before the 23rd. 

This is a request for quote using FAR 13 procedures for construction prepared in accordance with FAR 36.701, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-05.

The following is needed:

The work consists of furnishing all labor, materials and equipment necessary to repair the crumbling jack plate area within the existing 126ARW hangar space. The jack plate is used to elevate the aircraft during maintenance periods within the hangar. The current condition of the jack plate does not allow for effective jacking of the aircraft, therefore, it is currently unusable.

See attached solicitation. The attached 1442 can be used as a quote template, but is not required. A quote can be in any format and needs to include description of plan to complete. The 1442 represents the Statement of Work, current Wage Rates, solicitation provisions, and clauses which are to included in final award. A new 1442 will be generated for bilateral review and signature before final award.

If any conflicting information exists between the text of the solicitation as found on SAM.gov and the attached SF1442, the SAM.gov text takes precedence.

Site Visit Notes:
In attendance were companies C Rallo and Supplied Industrial Solutions. For the government: Mission Support Contracting, Civil Engineering, and Maintenance were represented.

Site was surveyed. Existing plating was examined. The government stated that the platting was to remain as government property, the awardee either will move it to the side or transport to a government scrap pile, and the plate is unimportant to remain undamaged. Government does not have a use for it.

All quotes are to assume the Statement of Work is correcting in how it describes the unknown concrete pads underneath visible area. Any real world deviation from the SOW’s understanding of pre-existing conditions will need to be worked out in a modification to the Contract.

For ease of invoicing, the concrete pad and painting can be separately priced.

Period of Performance includes cure time. A fast cure time, allowing aircraft to transport over the pad will result in a better technically rated quote. But note: there are strength requirements in the SOW that must be met, faster cure is not to be at the expense of lower strength concrete than the SOW. This requirement is not a lowest price technically acceptable evaluation, but a best value with tradeoffs. The government will consider technical improvement or innovation above what is described on the Statement of Work and determine if the improvements are worth any price tradeoff.

***Quotes are NOT required to submit a technical exhibit showing prior experience. The quote can be on standard letterhead, with pricing, and then a description of technical approach. The Statement of Work will be modified to reflect potential awardee’s technical approach. Government will consult government systems for past performance reviews.

The government will provide escorts for the controlled area. ATO training level 1 required. Bathrooms will be available for workers.

SOW is amended as follows:

1. Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within Government controlled installation, facility, or area. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer’s Representative (COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation’s Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, HAF and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.

1b. For Contractors that do not require CAC, but require access to a DoD Facility and/or Installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (AFI 10-245, AFI 31-101 and AFMAN 31-113), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

4. Antiterrorism Awareness Level I Training (AT Level I). This standard language is for contractor employees with an area of performance within a US Government controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access to US Government installations, facilities and controlled access areas shall complete AT Level I training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. AT Level I may be accomplished by a Level I qualified instructor; completing the Force Protection computer-based training (CBT) course on the Advanced Distributed Learning System (ADLS), or Joint Knowledge Online at http://jko.jten.mil. Tracking for each contractor or subcontractor employee is the responsibility of the COR or unit AT Representative.

Contact Information

Contracting Office Address

  • KO FOR ILANG DO NOT DELETE 2101 GOLF COURSE DR
  • SCOTT AFB , IL 62225-5503
  • USA

Primary Point of Contact

Secondary Point of Contact

History