SOLICITATION NOTICE
R -- Environmental Management Technical Services
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 102 FW Contracting Office, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-04-Q-0013
- Response Due
- 3/1/2004
- Archive Date
- 4/30/2004
- Point of Contact
- Richard George, 508.233.6664
- E-Mail Address
-
Email your questions to 102 FW Contracting Office
(richard.george@ma.ngb.army.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 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. The point of contact for this announcement is SSgt. Cabin Long, (508) 968-4975, cabin.long@maotis.ang.af.mil, Service title: Environmental Management Technical Services. The magnitude of this project is between $25,000 and $100.000. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. SBA SIZE STANDARD ($6.0 Million) applies to this procurement. In accordance with FAR 52.219-6 all firms or individuals responding to this comb ined synopsis/solicitation must be registered with Central Contractor Registration (CCR) found at http://www.ccr.gov. Services as defined for this procurement are to be performed at 102 Fighter Wing, Massachusetts Air National Guard, 158 Reilly Road, OTIS ANGB, MA 02542-1330. Government will furnish a fully equipped office to perform required services. Participants in this project must be fluent in English and be a U.S. citizen. In addition, contractor employees must be capable of obtaining a secret secu rity clearance if deemed necessary. FAR 52.212-2 the Government will award a contract resulting from this synopsis solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and oth er factors considered. The following principle factors shall be used to evaluate offers: Contractor will have a minimum of five years experience in ??????Air Quality surveillance, evaluation and measurement??????, and provide sufficient references for proo f thereof. Contractor must demonstrate proficiency and/or satisfactory performance in at least one contract with the Government in the ??????Air Quality?????? arena lasting a minimum of one year, and provide sufficient references for proof thereof. Contra ctor must be proficient in the use of the following Microsoft Office programs: a) Word, b) Outlook, and c) Excel. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. . This solicitation is issued as a request for quote (RFQ). Submit written offers (oral o ffers will not be accepted), on RFQ W912SV-04-Q0013. Award will be made based on best value to the government. North American Industrial Classification Standard 541620 Environmental Consulting Services; The period of performance for this contract is one year from the start date. The BID SCHEDULE shall be for CLIN 001: CDRL: EM-01 the review and revision of the Refr igerant Management Plan, Air Quality Management Plan, Halon Management Plan, and Asbestos Management Plan. In addition, Compile monthly usage/operations data related to Otis?????? Department of Environmental Protection (DEP) air permit reporting requiremen ts under the Comprehensive Plan Approval (CPA); Coordinate delivery of required shop reports each month (currently 13- possibly more in future per permit requirements) Compile 12 month ??????running average?????? reports. Maintain and revise, as necessary, a Standard Operating Procedure (SOP) for entering, tracking and reporting monthly emissions. Adjust CPA ??????emission factors?????? to coincide with changes made by Federal State or Air Force, Air National Guard Entities and advise EMO, in writing, of c hanges. Identify funding needed to maintain compliance. CDRL: EM-02. Compile and submit annual Source Registration and Emission Report to DEP, using information from CDRL EM-02. CDRL: EM-03 Coordinate Stage II Vapor Recovery Issues IAW AQMP: Train staff on inspection procedures and record keeping. Coordinate annual testing and certification for gasoline (MOGAS) above ground storage tanks (AST). Prepare annual submittal for DEP Ident ify funding needed to maintain compliance. CDRL: EM-04 Coordinate Commuter-Reduction Program: Submit biannual (twice yearly) status report to EMO. Prepare required submittals for DEP. Identify funding needed to maintain compliance. CDRL: EM-05 Coordinate s hop level data collection for Air Force biennial emissions inventory: Prepare required submittal for USAF/ANG. CDRL: EM-06. Conduct and report on investigations of indoor air quality issues on Otis ANGB property: (not to exceed 12 per year) Coordinate with Base Bioenvironmental Engineering Services Office. Perform necessary sampling (supplies and analysis to be provided by Government) Prepare report documentation for submittal to EMO and/or necessary regulatory office(s) Identify funding needed to maintain compliance. CDRL EM-07. Coordinate Base??????s responses to the semi-annual Bureau/ USAF??????s DUSD Data Calls. Coordinate with responding entities on facility and retrieve-required information Prepare submittal for EMO. CDRL: EM-08. Coordinate Base Env ironmental Management POC for all PCB and Asbestos related issues: Maintain base-wide PCB inventory; Ensure PCB activities, including but not limited to disposal, meet Environmental Protection Agency requirements. Maintain base-wide Asbestos Containing Mat erial (ACM) inventory; Ensure Asbestos activities, including but not limited to disposal, meet Environmental Protection Agency and DEP requirements; Identify funding needed to maintain compliance. CDRL: EM-09, Coordinate for Base Environmental Management P OC for refrigerants Maintain inventory of Halon(s) other used/unused refrigerants. Coordinate return of refrigerants to Defense Supply Center Reserve (DSCR) IAW RMP and HMP. Identify funding needed to maintain compliance. CDRL: EM-10 Coordinate for Environ mental Management POC for Petroleum, Oils and Lubricants Section: Identify permit requirements for Re-Use and Recycling of POL products identify funding needed to maintain compliance. Coordinate evaluation and implementation of alternative fuels and non-fo reign petroleum substitutes. CDRL: EM-11 Provide EMO with support as requested, as it relates to above listed CDRLs. CDRL: EM-12 Contract Data Requirements List (CDRL). General: All documents for off base submittal will be for EMO signature. Any submittals with regulatory suspense will be submitted to EMO no later than 1 week prior to submittal deadline. Dates provided may change due to regulatory direction and/or requirements. Contractor will receive a minimum of one month (30 calendar days) to accommodate schedule changes. Frequency of CDRL submittal will not change. The Massachusetts Air National Guard will provide office space, materials and supplies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18 effective as of 12/11/03. The following provisions and clause apply to this acquisition: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of contents via the internet at http://farsite.hill.af.mil/. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The provision at FAR 52.212-3, O fferor Representations and Certifications -- Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-Prohibition of Segregated Facilities, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-25 Affirmative Action Co mpli ance; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-48. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225- 7001, Buy American Act and Balance of Payment Program DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.204-7001 Com mercial and Government Entity (CAGE) Code Reporting. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARS 252.201-7000 Con tracting Officer??????s Representative Anticipated. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The Clause FAR 52.202-1 Definitions. The Clause FAR52.203-5 Covenant Against Contingent Fees. The Clause FAR 52.203-6 Restrictions on Subcontractors Sales to the Government. The Clause FAR 52.214-7 Late Submissions Modifications, and Withdrawals of Bids. The Clause FAR 52.214-6 Explanation to Prospective Bidders. The Clause FAR 52.214-5 Submission of Bids. The Clause FAR 52.214-15 Period of Acceptance of Bids. The Clause FAR 52.219-1 Small Business Program Representatives. The Clause FAR 52.222-1 Notice to the Government of Labor Disputes. The Clause FAR 52.222-18 Certification Regarding Knowledge of C hild Labor For Listed End Products. The Clause FAR 52.222-20 Walsh Healey Public Contracts Act. The Clause FAR 52.222-21 Prohibition of Segregated Facilities. The Clause FAR 52.222-24 Pre award on-site Equal Opportunity Compliance Evaluation. The Clause FA R 52.228-1 Bid Guarantee. The Clause FAR 52.204-1 Approval of Contract. The Clause FAR 52.204-2 Security Requirements. The Clause FAR 52.204-3 Taxpayer Identification. The Clause FAR 52.209-1 Qualification Requirements. The Clause FAR 52.214-34 Submissi on of Offers in the English Language. The Clause FAR 52.214-35 Submission of Offers in US Currency. The Clause FAR 52.216-24 Limitations of Government Liability. The Clause FAR 52.216-25 Contract Definitization. The Clause FAR 52.225-13 Restrictions on Certain Foreign Purchases. The Clause FAR 52.232-18 Availability of Funds. The Clause FAR 52.233-3 Protest After Award. The Clause FAR 52.244-6 Subcontracts for Commercial. The Clause FAR 52.247-28 Contractor Invoices. The Clause FAR 52.252-2 Clauses I ncorporated by Reference. The Clause FAR 52.252-5 Authorized Deviations in Provisions. The Clause FAR 52.252-6 Authorized Deviations in Clauses. The Clause FAR 52.253-1 Computer Generated Forms. The clause at FAR 52.224-1, Privacy Act Notification an d FAR 52.224-2, Privacy Act, applies to this solicitation. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be emailed to cabin.long@maotis.ang.af.mil. Quotes are required to be received no later than 12:00 PM EST, March 1, 2004.
- Place of Performance
- Address: 102 FW Contracting Office 158 Reilly Street, Room 228, Box 8 Otis ANG Base MA
- Zip Code: 02542-5028
- Country: US
- Zip Code: 02542-5028
- Record
- SN00514928-W 20040205/040203212240 (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 |