MODIFICATION
F -- Asbestos Abatement
- Notice Date
- 2/21/2008
- Notice Type
- Modification
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5258, UNITED STATES
- ZIP Code
- 83648-5258
- Solicitation Number
- F3F3CE8003A003
- Response Due
- 2/29/2008
- Archive Date
- 3/15/2008
- Point of Contact
- Thomas Ashlock, Contract Specialist, Phone 208-828-3101, Fax 208-828-6486
- E-Mail Address
-
thomas.ashlock@mountainhome.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS / SOLICITATION (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CE8003A003 is a combined synopsis/solicitation for commercial services. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and through Department of Defense Acquisition Regulation Change Notice 20080125. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 562910; Small Business Size Standard: $13M. (v) CLIN (0001) Abatement of Asbestos from Building 273 IAW Statement of Work: Statement of Work 1) Contractor to provide all labor, materials, services, oversight and direction for the complete abatement of asbestos in building 273. 2) Building will be abated for all asbestos in preparation for building demolition. Asbestos tests on file show asbestos exists in the building. 3) Test any suspected Asbestos Containing Material (ACM). Locations include: a. Floor tiles and mastic (approximately 5980 square feet). b. HVAC pipe and duct work isolation (Approximately 1350 length in feet). 4) Abate any proven ACM in accordance with Mountain Home AFB Environmental Standard 01061 ?Environmental Protection?. 5) The Contractor shall identify and obtain all required permits from Mountain Home AFB, federal, state, and local agencies. 6) Material storage areas and contractor staging areas will be selected during the pre-performance meeting. 7) All ACM will be disposed of at an approved off base location. 8) All solid waste generated by this project will be trans ported to off-base landfills. *A Floor Plan is available upon request. (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (ix) The following provisions and clauses apply to this acquisition; FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires: Laborer/$9.84 ; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer?Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone:(757) 764-5371 fax:(757) 764-4400 email: raymond.carpenter@langley.af.mil ** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xv) Numbered Notes: 1 (xvi) Quotes must be emailed to SSgt Tom Ashlock at thomas.ashlock@mountainhome.af.mil, or faxed to (208) 828-2485. Quotes are required to be received no later than 16:30 MST, 29 Feb 08. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2008); 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.fbo.gov/spg/USAF/ACC/366CONS/F3F3CE8003A003/listing.html)
- Place of Performance
- Address: 366 Cons/LGCB 366 Gunfighter AVE. Suite 498 Mountain Home AFB, Idaho
- Zip Code: 83648
- Country: UNITED STATES
- Zip Code: 83648
- Record
- SN01514409-F 20080223/080221230806 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |