Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
MODIFICATION

F -- Monitor Well Houses and Lift Stations

Notice Date
9/15/2004
 
Notice Type
Modification
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-04-Q-0006
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Point of Contact
Ashley Cushman, Contract Specialist, Phone 919-722-5603, Fax 919-722-5424,
 
E-Mail Address
ashley.cushman@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items (non-personal services) prepared in accordance with FAR Subpart 12.6 and FAR FAC 2001-20. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set Aside. Solicitation Number is FA4809-05-Q-0006. The NAICS code 213112 applies to this solicitation. The size standard is $6,000,000. The item description is as follows: Perform all operations involved in monitoring the day-to-day operations of the Well Houses and Lift Stations at Fort Fisher Air Force Recreation Area. DESCRIPTION: STATEMENT OF WORK FOR MONITORING THE WELLS AND LIFT STATIONS AT FORT FISHER, NORTH CAROLINA 1. SCOPE: Furnish all labor, equipment and materials as required in performing all operations involved in monitoring the day-to-day operation of the Well Houses and the Lift Stations at Fort Fisher Air Force Recreation Area, in accordance with this statement of work and subject to the terms and conditions of this Purchase Order. 2. LOCATION: The work is to be accomplished at Fort Fisher Recreation Area, Kure Beach, North Carolina. 3. WORKWEEK: The contractor workweek shall be 7:30 a.m. to 4:30 p.m. Sunday through Saturday, including Federal holidays. 4. CONTRACT PERIOD: The contract will be in effect from 1 October 2004 to 30 September 2005 with 4 option years. 5. PRINCIPLE FEATURES: The work to be accomplished includes, but is not limited to the following: 5.1. Perform an inspection, and operational check, on both the well houses and lift stations on a daily basis, including weekends and holidays, as per state requirements. 5.1.1. The contractor shall be required to have an up-to-date Class C Well from the State of North Carolina and a Class B Distribution Certification. 5.2. There are presently three well houses, two of which are operational on site. 5.2.1. The contractor shall take daily well pump readings and chlorine residual as required by the State of North Carolina. 5.2.2. Mix chlorine solution as required to maintain proper levels. 5.2.3. Prepare monthly DEHNR 3395 forms and submit them to the State and Facility Manager. 5.3. There are two lift stations on site. 5.3.1. The contractor shall monitor and record pump clock readings, and force main meter readings on a daily basis. 5.3.2. Lubricate pumps, motors, and drive shafts when necessary to ensure proper operation. 6. GOVERNMENT FURNISHED EQUIPMENT: All materials and supplies will be provided by the government. 7. REQUIRED REPAIRS: Any minor and/or major problems that the contractor cannot repair as part of the daily inspection shall be reported to the Site Manager. The Site Manager will have the option to have the contractor make any minor repairs, at a fixed cost rate, or have the repairs made by another source. All major repairs will be corrected on a separate Purchase Order. 8. SPILLAGE: Spillage shall be avoided, any accidental spill caused by the contractor that results in either immediate and/or latent damage to government property shall be cleaned up and/or repaired as directed by the Contracting Officer, at no additional cost to the government. The contractor shall have spill response equipment available at all times while monitoring and servicing this contract. 9. SCHEDULING OF WORK: The contractor shall arrange a workable schedule with the Site Manager, at 488-8781. 10. SALVAGE AND DISPOSAL: 10.1. All waste materials generated by performing this contract shall be handled, transported, stored, and disposed of off Site by the Contractor in accordance with all applicable Federal, State, or local laws, ordinances, regulations, court orders, or other types of rules or rulings having the effect of laws. 10.2. The Contractor shall obtain and pay all fees for all licenses and/or permits required for any portion of the contracted operation. 11. PAYMENT: The contractor shall be paid monthly with the Government Purchase Card (GPC) 12. CONTRACT PERFORMANCE PERIOD: Base year plus four options. Department of Labor Wage Determination number 94- 2393 Rev (27) is to be used during the contract, www.ceals.usace.army.mil. The following clauses and provisions apply to this acquisition: 52.232-18 Availablity of Funds. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3 Alt 1 Offeror Representations and Certifications – Commercial Items (Offerors must include a completed copy of this provision with their quote). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hire, 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by ElectronicFunds Transfer-Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote). FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is A1C Ashley Cushman at (919) 722-5603 and Alternate is TSgt Lucinda Marrette at (919) 722-5606. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT September 20, 2004 at 12:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809-04-Q-0006/listing.html)
 
Place of Performance
Address: 1695 Wright Brothers Ave Goldsboro, NC
Zip Code: 27531
Country: USA
 
Record
SN00674608-F 20040917/040915213633 (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.