Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
MODIFICATION

J -- Lead Removal

Notice Date
9/4/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
Reference-Number-F73SFS32250100
 
Response Due
9/11/2003
 
Archive Date
9/12/2003
 
Point of Contact
Vincent Gibson, Contract Specialist, Phone 580-481-7321, Fax 580-481-5138,
 
E-Mail Address
vincent.gibson@altus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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. A quote is being requested and a written solicitation will not be issued. Solicitation number F73SFS32250100 is hereby issued as a Request for Quote. FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT, HOWEVER REQUEST FOR FUNDING IS INCLUDED IN THE FY 03 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30TH, 2003. ALL QUOTES NEED TO BE VALID UNTIL 30 SEPTEMBER 03. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. This acquisition is restricted to small business and is under North American Industry Classification System code 561210, with a small business size standard of $12.0M. Statement of Work for AIA Contract for Lead Removal and Range Cleaning Statement of Work for AIA Contract for Lead Removal and Range Cleaning 1.) Contractor shall provide all material, labor, equipment, and transportation to remove lead from the Base Firing Range, building 399, Altus AFB, OK. Contractor will follow all local, state, and federal guidelines. Contractor will give, as a minimum, 30-day notice prior to scheduling maintenance, and at least a 3-day notice for rescheduling. 2.) The Contractor shall have an Oklahoma Department of Environmental Quality Licensed Lead Supervisor to supervise all work. 3.) Contractor shall be a Licensed Lead Abatement Firm in the State of Oklahoma, and is licensed, insured, and bonded. 4.) Contractor shall assure that all employees involved in lead removal are properly trained in the aspects of Lead Hazard and will wear appropriate personal protective equipment (Tyvek, respirators, gloves, etc). 5.) Contractor shall assure that all potentially contaminated surfaces will be washed with Tri-Sodium Phosphate (TSP). In addition all surfaces will be cleaned utilizing a High Efficiency Particulate Air (HEPA) vacuum. 6.) Contractor shall assure that all Lead waste generated by the removal/cleanup process will be placed into containers provided by Altus Air Force Base, and subsequently turned into the Defense Reutilization and Marketing Organization (DRMO) for disposal. 7.) Contractor shall assure that an annual inspection and preventative maintenance of one (1) 2DF4 and one (1) DFT- 4-32 style collectors following manufacturer-approved guidance. The DFT 4-32 dust collector filters and collector buckets will be cleaned and emptied annually. The 2DF4 filters and collector buckets will be cleaned and emptied quarterly. All contractor-provided filters will be replaced with manufacturer approved Torit-Ultra Web replacement filters. 8.) Contractor shall remove lead dust/debris in an environmentally safe manner, adhering to local, state, and federal guidelines. The lead dust/debris will be placed in provided DOT approved containers (provided by base DRMO) and returned to base for disposal. 9.) Contractor shall assure that all work is to be completed within two (2) working days. The work referred to in this proposal consists of bulk lead removal and decontamination from fourteen (14) firing lanes, bullet trap buckets, and front firing line. All lead dust will be HEPA vacuumed and all contaminated areas washed with TSP. Buckets will be replaced if inspection deems necessary. 10) Contractor shall assure a total of four (4) visits will be conducted by AIA, Inc. to fulfill the listed job protocol. Please provide FOB destination pricing. Include shipping in the cost of each item. If you are quoting an Equal, you must provide the MFG, Part Number and other requirements prescribed in FAR 52.211-6. Please send any questions or request to 97 CONS/LGCA, ATTN: Richard Fairchild or Vincent Gibson, 303 J Avenue. Bldg. 302, Altus AFB, OK 73523. You may also call P.O.C. at (580) 481-5136, send a fax to (580) 481-5138, or e-mail at Richard.Fairchild@altus.af.mil or Vincent.Gibson@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors- Commercial Items (July 2003). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 303 J Ave Bldg 302, Altus AFB OK 73523-5147 at or before 1200 (12:00 P.M) CST, 11 September 2003. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. Each offeror shall include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items (June 2003) with the quotation. If a copy of the provisions are needed, the can be found on arnet.gov/far. FAR clause 52.212-4 (Feb 2002), Contract Terms and Conditions—Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001). The clause 52.212-5 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (June 2003) and its deviations (June 2003) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.222-3, convict labor (E.O.11755), 52.233-3, Protest After Award (31 U.S.C. 3553); 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 98); 52.222-41 Service Contract Act of 1965, as Amended (May 1989); 52.222-42 Statement of Equivalent Rates for Federal Hires (May1989) Environmental Technician, WAGE: $13.03, FRINGE: 29.55%; 52-225-3 Alternate I, Buy American Act –Balance of Payments Program-Supplies (41 U.S.C 10a, 10d, 19 U.S.C 3301 note, 19 U.S.C 2112 NOTE); 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor Registration (31 U.S.C. 3332); DFARS Clause 252.212-7001Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2003). 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) 52.247-34 F.O.B. Destination (Nov 1991). A Firm-Fixed-Price purchase order will be issued in writing. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2003) 52.232-18 Availability of Funds (APR 1984) 52.219-6 Notice of Total Small Business Set-Aside (Jul 1996). No telephonic responses will be processed. Wage Determination 94-2525 Rev 23 is hereby incorporated and attached into this Solicitation and any resultant Purchase Order.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/AAFBCS/Reference-Number-F73SFS32250100/listing.html)
 
Place of Performance
Address: Altus AFB Oklahoma
Zip Code: 73523-5123
Country: United States
 
Record
SN00426435-F 20030906/030904214118 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.