DOCUMENT
J -- Grease Trap Service - Grease Trap Attachments
- Notice Date
- 8/29/2008
- Notice Type
- Grease Trap Attachments
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-08-R-0043
- Point of Contact
- Thomas J. Rokita,, Phone: 719-333-9629, Carol L. Mohr,, Phone: 7193336357
- E-Mail Address
-
thomas.rokita@usafa.af.mil, carol.mohr@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Grease Trap, Septic Tank, Sand Trap, Cesspool, Oil/Water Separator Service Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number FA7000-08-R-0043, in accordance with FAR Parts 12, 13 and 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 562991 and the business size standard is $6,000,000. The solicitation is set aside for total small business. The U.S. Air Force Academy, Colorado Springs, Colorado has a requirement to service grease traps, septic tanks, sand traps, cesspools and oil/water separators. Quantities, sizes and service requirements are listed in attached Performance Work Statement (PWS) (atch 1). Based on recurring need, an Indefinite Delivery/Indefinite Quantity service contract shall be established with a base period, projected for 1 Oct 08 - 30 Sep 09, plus 4 renewable annual options. Cleaning the 20,000 gallon grease trap shall be accomplished in a performance based manner, while all other grease traps shall be cleaned on a contractor proposed/government approved schedule. The septic tanks, sand traps, cesspools and oil/water separators shall be cleaned on an on-call basis. Payment for cleaning the grease traps shall be made through Wide Area Workflow while payment for all remaining types of tanks shall be made by Government Purchase Card. The contractor provides necessary supervision, labor, equipment, vehicles, tools, materials and supplies. Performance must be in accordance with the PWS including code of practice established by the National Association of Wastewater Transporters (NAWT) and manufacturer’s instructions (atch 1, Appendix E to PWS), and all federal, state and local regulations. The business must possess Onsite Wastewater Systems Inspector certification and onsite truck operators must hold Vacuum Truck Technician certification from NAWT. Line items will be established for each type of tank. Generally, pricing will be per tank per service. See attachment for price proposal template (atch 2). For the single 20,000 gallon, triple basin, Mitchell Hall grease trap, propose a monthly fee for maintaining the trap in proper operating condition. Proper operating condition is defined in the attached manufacturer’s inspection and maintenance instructions which include monthly inspections and thorough cleaning when solids exceed 10% and the grease mat exceeds 25% of tank volume. Monthly inspection reports will be required to show both solid and grease mat levels. Appendix D to PWS contains 20,000 gallon grease trap specifications. Estimated Mitchell Hall usage is 3 meals per weekday during school year (all months except June and July) for 4,400 cadets. Weekends and June and July have a reduced schedule. For all other grease traps, propose monthly schedule and price per service. Propose price per service for all remaining septic tanks, sand traps, cesspools and oil/water separators. The following Federal Acquisition Regulations provisions/clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items. Addendum applies: Offeror shall submit proposal that includes: (1) solicitation number, name, address, telephone number, cage code, DUNS number and size of business, (2) price proposal to include all 5 annual periods (atch 2), (3) monthly schedule for grease traps except 20,000 gallon trap (atch 2), and (5) proof of Onsite Wastewater Systems Inspector certification. FAR 52.212-2, Evaluation—Commercial Items. The Government will award a contract resulting from this solicitation to the responsive offeror with the lowest evaluated price that meets technical specifications. Technical specifications include: (1) monthly schedule for grease traps except 20,000 gallon trap, and (2) proof of Onsite Wastewater Systems Inspector certification. Lowest evaluated price will be calculated by adding all line items in all periods for a total aggregate price. FAR 52.212-4, Contract Terms and Conditions – Commercial Items. FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. FAR 52.216-18, Ordering FAR 52.216-19, Ordering Limitations. Award shall contain full text version. Minimum order is $200. Maximum order is $15,000. FAR 52.216-22, Indefinite Quantity FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services, the Contracting Officer may exercise the option by written notice to the Contractor within 15 days FAR 52.217-9, Option to Extend the Term of the Contract, the Contracting Officer may extend the term of this contract within 15 days provided that the Government gives a preliminary notice at least 60 days prior FAR 52.219-14, Limitations on Subcontracting FAR 52.222-41, Service Contract Act of 1965, (See attached Wage Determination 2005-2079, Revision 7, 05/29/2008, for El Paso County Colorado, atch 3) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act-Price Adjustment (Multiple Year and Option Contracts) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-1, Site Visit, as modified. A site visit will be held Wednesday, September 3, 2008 from 8:00 a.m. to 10:00 a.m. Mountain Standard Time. Participants of the site visit will meet in Conference Room A, Building 8110, Industrial Drive, USAF Academy, CO 80840. Submit the names of all attendees to Tom Rokita no later than Friday, August 29, 2008. This information must be provided in advance in order to ensure adequate seating and government provided transportation for the conference and site visit attendees. Please ensure vehicle proof of insurance and registration are current and bring a government issued photo ID (i.e., state issued drivers license, retired military ID, etc) or you will not be allowed access to the base. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. All questions shall be submitted in writing within 24 hours after the site visit ends on September 4, 2008 unless otherwise directed. Please submit questions only by e-mail and be as clear and concise as possible. Reference sections of the contract or Scope of Work to include page and paragraph etc. to ensure an accurate response. A record of the site visit shall be made available to all prospective Offerors on the Federal Business Opportunities web site. The record will include minutes of the site visit, including the sign-in sheet, questions on a non-attribution basis and answers. Questions asked verbally or in other forms will not be addressed. FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 252.204-7004 (ALT A), Central Contractor Registration DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Jul 2002) DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004) Addendum to DFARS 252.232-7003 – USAF Academy Invoicing Instruction (Revised 5/21/06) a. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil or visit the USAFA Academy Contracting Website at http://www.usafa.af.mil/10abw/10msg/lgc/?catname=10lgcw. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) (End of Addendum) AFFARS 5352.201-9101, Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-4747 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007), Award shall contain full text version. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Proposals must be received no later than 9:00 AM Mountain Daylight Savings Time, September 12, 2008 at 10th ABW/LGCA, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. Proposals received after this date and time will be considered late in accordance with 52.212-1(f). Proposals may be sent to the attention of Thomas Rokita, 719 333-9629, 719 333-4747 fax, thomas.rokita@usafa.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a516113f490ee54a514913605df9df6e&tab=core&_cview=1)
- Document(s)
- Grease Trap Attachments
- File Name: Performance Work Statement (Atch 1 Grease Trap PWS.docx)
- Link: https://www.fbo.gov//utils/view?id=cdc3522c57dbec7066e60b46ea03d4ad
- Bytes: 3,393.73 Kb
- File Name: Price Proposal (Atch 2 Grease Trap Price Proposal.xlsx)
- Link: https://www.fbo.gov//utils/view?id=9b40d1e672dcbc066e689612b2d0ced3
- Bytes: 26.55 Kb
- File Name: Wage Determination (Atch 3 Wage Determination.pdf)
- Link: https://www.fbo.gov//utils/view?id=8a06ecfe05f8c488ff8e612cc008959b
- Bytes: 1,963.54 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Performance Work Statement (Atch 1 Grease Trap PWS.docx)
- Place of Performance
- Address: 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- Zip Code: 80840-2315
- Zip Code: 80840-2315
- Record
- SN01655899-W 20080831/080829222213-a516113f490ee54a514913605df9df6e (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 |