Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

Z -- Accelerated Grease Liquefaction and Digestion/ Grease Traps Cleaning - (Draft) - (Draft)

Notice Date
8/20/2008
 
Notice Type
(Draft)
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5015, United States
 
ZIP Code
62225-5015
 
Solicitation Number
F3S3528105AQ04
 
Archive Date
9/18/2008
 
Point of Contact
Annette Adams,, Phone: 6182569259, Marcia G Wuebbels,, Phone: 618-256-9308
 
E-Mail Address
annette.adams@scott.af.mil, marcia.wuebbels@scott.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the purchase of service to clean and remove grease, fats, and oils in various buildings located at SAFB as identified in paragraphs 8 and 9 of the Statement of Work (SOW). This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3528105AQ04, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-26, effective 12 Jun 08, and the Defense Federal Acquisition Regulation Supplement DCN 20080812 Edition. (iv) This acquisition is set-aside 100% small business under North American Industry Classification System (NAICS) code 562998. The small business size standard is $6.5 million (v) CLINS: ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Indoor Grease Traps 12 Months _______ ________ INDOOR GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from indoor grease traps located in buildings: 1192, 1700, 1980, and 3600 (Ref SOW para. 8). (Five total traps - 10 Gallons each) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0002 Fire Dept Grease Trap 4 Each FIRE DEPARTMENT GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from FIRE DEPARTMENT grease trap (Ref SOW para. 9). (500 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0003 Scott Club Grease Trap 6 Each THE SCOTT CLUB GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from THE SCOTT CLUB grease trap (Ref SOW para. 9). (1500 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0004 AMC HQ Grease Trap 4 Each AMC HQ GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from AMC HEADQUARTERS, BLDG 1600, grease trap (Ref SOW para. 9). (250 Gallon - outdoor) NET AMT ITEM NO SERVICE QTY UNIT UNIT PRICE AMOUNT 0005 Burger King Grease Trap 4 Each BURGER KING GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from BURGER KING grease trap (Ref SOW para. 9). (750 Gallon - outdoor) NET AMT T UNIT PRICE SERVICES QTY UNIT UNIT PRICE AMOUNT 0006 Dining Facility Grease Trap 6 Each DINING FACILITY GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from DINING FACILITY grease trap (Ref SOW para. 9). (1500 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0007 Bowling Alley Grease Trap 4 Each BOWLING ALLEY GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from BOWLING ALLEY grease trap (Ref SOW para. 9). (150 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0008 Commissary Grease Trap 2 Each COMMISSARY GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from COMMISSARY grease trap (Ref SOWpara. 9). (750 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0009 Base Exchange Grease Trap 6 Each BASE EXCHANGE GREASE TRAP FFP Furnish all labor, transportation, materials, and equipment to clean and remove grease, fats, and oils from BASE EXCHANGE grease trap (Ref SOW para. 9). (1000 Gallon - outdoor) NET AMT ITEM NO SERVICES QTY UNIT UNIT PRICE AMOUNT 0010 Enzyme Treatment 12 Months ENZYME TREATMENT FFP Provide products and services for the applying of nontoxic, non-pathogenic microorganisms of bacteria to eliminate buildup of grease deposits in floor and sink drains located within kitchen areas at all locations with the exception of the Fire Department (Ref SOW para. 5.1, 5.1.1) NET AMT TOTAL FOR ALL CLINS COMBINED: ______________________ PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: Furnish all labor, transportation, materials and equipment to clean and remove grease, fats and oils in various buildings located at SAFB as identified in paragraphs 8 and 9 of the SOW. The PWS has been uploaded in FedBizOpps. (vii) The Government desires FOB Destination, Scott AFB, IL, for the performance period of 01 Oct 08 through 30 Sep 09. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number ______________________________________________________ 2. TIN Number ________________________________________________________ 3. CAGE Code _________________________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount ______________________________________ 6. Period of Performance 01 Oct 08 - 30 Sep 09 _______________ 7. Business Size (i.e. small, women-owned, etc.)_______________________________ 8. Point of Contact & Phone Number_______________________________________ 9. Fax Number _________________________________________________________ 10. Email address________________________________________________________ 11. FOB (destination or origin)_____________________________________________ 12. GSA Schedule number, only if applicable to this requirement ______________________ TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the capabilities of the service offered. This information will be used to determine the technical acceptability of the service offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria is: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-50, Combating Trafficking in Persons;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; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.223-5, Pollution Prevention and Right-To-Know; FAR 52.232-18, Availability of Funds; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installation 52.219-28 - Post-Award Small Business Program Rerepresentation (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code __562998____________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Refuse Collector 14.76 -- 36.25% 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-2, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):http://farsite.hill.af.mil AFFARS 5352.201-9101, Ombudsman 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.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) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: Annette Adams201 E Winters St Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Annette Adams By email: annette.adams@scott.af.mil QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 3 SEP 08 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. SITE VISIT: If required, a site visit will be scheduled. Contact Ms. Annette Adams, 618-256-9259 or Marcia Wuebbels, 618-256-9308, no later than 3:00 p.m. CST 27 Aug 08. After this date, site visits will not be entertained (xvii) The point of contact for this acquisition is Ms. Annette Adams: phone 618-256-9259; fax 618-256-2174; e-mail annette.adams@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-5237; e-mail marcia.wuebbels@scott.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6cd732862464e9216b84ca467a8181de&tab=core&_cview=1)
 
Document(s)
(Draft)
 
File Name: SOW Accelerated Grease Liquefacation and Digestion/Grease Traps Cleaning (SOW FY09 Grease Traps.doc)
Link: https://www.fbo.gov//utils/view?id=6549ff09801b9b3b4b09dd6de81cae6f
Bytes: 64.50 Kb
 
File Name: WAGE DETERMINATION (WD REV 6 2005 2309 06-11-08.doc)
Link: https://www.fbo.gov//utils/view?id=b98fe9d59ba55dcd5d7dcd7365e2801b
Bytes: 104.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01645787-W 20080822/080820221421-6cd732862464e9216b84ca467a8181de (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 |
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.