DOCUMENT
S -- Services, Non-Personal; Service Collection Tanks - Bid Schedule
- Notice Date
- 6/20/2008
- Notice Type
- Bid Schedule
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-08-Q-0013
- Point of Contact
- Carl See,, Phone: 660-687-5425
- E-Mail Address
-
509cons.sollgca@whiteman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION'S FY09 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY09 APPROPRIATION'S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU OCT 31, 2008. 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. Solicitation number FA4625-08-Q-0013 is issued as a request for quotation for servicing of waste collection tanks at Whiteman AFB, MO. The acquisition performace period is for one (1) 12-month base period and two (2) 12-month option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 562998 with the corresponding small business size standard of $11.5M. This acquisition is set aside 100% for small business concerns. General Wage Decision #2005-2307 Revision 6 dated 5/29/2008 applies to this acquisition and can be found at http://www.wdol.gov/. Attachment 1 is the Bid Schedule. All offers are to remain valid until 31 Oct. 2008. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. DESCRIPTION OF SERVICES 1. SCOPE: Provide all materials, tools, supplies, transportation, and labor necessary to perform and complete the tasks listed in this Statement of Work. 2. SERVICING COLLECTION TANKS: After servicing of each collection tank all foreign matter including grease, scum, grit, shall be removed from the entire unit and all parts associated with the unit being serviced. The government reserves the right to increase or decrease the service frequency of each of these holding tanks. 3. SERVICE FREQUENCY /LOCATIONS OF COLLECTION TANKS: Building # 134 collection tank (1,500 Gallon Tank) Tank must be cleaned twice a month at a minimum. The contractor shall provide all the tools necessary to remove/replace the clean out cover and pump hose of sufficient length to extend to the bottom of the holding tank. All contents shall be removed from the underground holding tank so that it is empty. Any spillage of these contents shall be cleaned up immediately. Contents of this tank may be emptied once a week. LeMay Gate Collection Tank (1,000 gallon tank): The clean-out access cover is located just west of the LeMay Gate approximately ten (10) feet from the paved surface. The contractor shall provide tools necessary to remove / replace the clean -out cover and hose of sufficient length to extend the bottom of the holding tank. The clean out pipe is four (4) feet in length from the ground surface to tank. The tank is approximately three (3) feet deep. All contents shall be removed from the underground holding tank so that it is empty. Any spillage of these contents shall be cleaned up immediately. Contents of the tank shall be emptied 8 times per month or every three days. Union Office Collection tank: (2,400 gallon tank): The clean out access cover is located at the north east corner of the trailer. The clean out is located 120 feet from the parking lot edge. All contents shall be removed from the underground holding tank so that it is empty. Any spillage of theses contents shall be cleaned up immediately. Contents of the tank shall be emptied monthly. 4. SCHEDULING OF SERVICES: The contractor shall contact the Civil Engineer (CE) Service Contracts office at (660) 687-2533 at least one week prior to the proposed scheduled service date falling in each month. CE Service Contracts shall coordinate the date(s) and time(s) with the using agencies and provide confirmation of approval of schedule to the contractor. 5. CHECK-IN WITH CE SERVICE CONTRACTS: Upon arrival at the base to perform scheduled service, the contractor shall contact the CE Service Contracts office for validation of arrival. 6. Location of Collection tanks: LeMay Gate B-1705 Union trailer Union office Building 134 Building # 134 7. EMERGENCY WORK: In the event of required emergency work at the above location, the contractor will be notified outside of the scheduled months. All emergency calls must be responded to within 4 hrs of notification to be charged as emergency work. The contractor shall upon arrival at the job site, determine the extent of the repairs needed and provide a written cost estimate to the Contracting Officer's representative. This cost estimate shall include as a minimum the parts required with the part number (for identification) if applicable, the net price for each and the estimated time required for the repair. The contractor shall not accomplish repairs until written appproval has been received by the Contracting Officer's representative. Note: At any time after the contractor submits the cost estimate for repairs, the Government reserves the option to not have the recommended repairs accomplished. The Civil Engineer Service Contracts office will provide notification for all emergency work. The contractor shall invoice from CLIN X002 for these services. 8. INSPECTION: Service may be subject to inspection by government personnel at any time. 9. WASTE DISPOSAL: Contractor may dispose of any wastes, to include water collected from each collection tank to the Waste water treatment plant/ sewer manhole on Whiteman Air Force Base. Disposal shall be at an approved on base sewer manhole location approved for this type of disposal. 10. SERVICE TICKETS: Service tickets shall be provided by the contractor for each of the areas listed in this agreement. As a minimum the tickets shall reflect the date, time, and type of service that was performed with a comments section that allows for description of services provided and notion of any repairs that the unit being serviced may require 11. SECURITY: These services require escorted entry into secured areas; the contractor shall submit the names, last 6 SSN, and DOB of any employees that may enter this area and vehicle make, color and license number for the duration of this agreement. 12. INVOICES: Invoices shall include contract number, date of service, building number and name of location(s) serviced, cost of service at each building, and total cost. Each invoice shall be process through the web site Wide Area work Flow PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors; 52.212-2 Evaluation: The Government will award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price.52.212-3 Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the following clauses marked (52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-3, Convict Labor; 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; Affirmative Action for Workers with Disabilities; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.225-1, Buy American Act-Supplies 41 U.S.C. 10a-10d; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Refuse Collector, $13.57-$15.83+25% Fringe); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest fillin (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344); 52.222-41, Service Contract Act of 1965); 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment; 52.217-8, Option to Extend Services fillin (30 days); 52.217-9, Option to Extend the Term of the Contract fillin (a) 30 days, 60 days (c) 3 years 6 months; 52.219-1 Small Business Program Representation Alt I; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-10 Waste Reduction Program; 52.228-5 Insurance-Work on a Government Installation 52.229-3 Federal, State and Local Taxes; 52.232-23 Alt I Assignment of Claims Alt I; 52.233-1 Disputes Alt 1; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-1 Site Visit; 52.242-13 Bankruptsy; 52.243-1 Changes Alt 1-Fixed Price; 52.245-1 Property Records; 52.245-9 Use and Charges; 52.246-4 Inspection of Services-Fixed Price; 52.246-25 Limitation of Liability-Services; 52.249-8 Default (Fixed Price Supply and Service); 52.252-1 Solicitation Provisions Incorporated by Reference fillin (http://farsite.hill.af.mil); 52.252-2 Clauses Incorporated by Reference fillin (http://farsite.hill.af.mil); 52.252-5 Authorized Deviations in Provisions fillin (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2); 52.252-6 Authorized Deviations in Clauses fillin (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2); 52.253-1 Computer Generated Forms; 252.201-7000 Contracting Officer's Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions with the following clauses included (52.203-3, Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports); 252.219-7011 Notification to Delay Performance; 252.223-7004 Drug Free Workplace; 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material Inspection and Receiving Report; 5352.201-9101 Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations; ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b) Submission of Offers, Second sentence is changed to read: Date, Sign and Submit Attachment 1, Bid Schedule to the POC identified below. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted. FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. NOTE: Quotes (Attachment 1) shall be received by 15 Jul 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Quotes are to be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-5462 to the attention of A1C Dan Blackmore
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5994044af45ef53bd19e7dbdfff76056&tab=core&_cview=1)
- Document(s)
- Bid Schedule
- File Name: Attachment 1 Bid Schedule (attachment 1 bid schedule.doc)
- Link: https://www.fbo.gov//utils/view?id=275425bbf617ba7a57d1cec7ab1b0959
- Bytes: 25.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment 1 Bid Schedule (attachment 1 bid schedule.doc)
- Place of Performance
- Address: Whiteman AFB, Missouri, 65305-5344, United States
- Zip Code: 65305-5344
- Zip Code: 65305-5344
- Record
- SN01598441-W 20080622/080620223426-5994044af45ef53bd19e7dbdfff76056 (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 |