DOCUMENT
S -- Oil-Water Separator Services - Statement of Work - O/w Separator List
- Notice Date
- 11/6/2008
- Notice Type
- O/w Separator List
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
- ZIP Code
- 88330-7908
- Solicitation Number
- F2E3CE9302NQ02
- Archive Date
- 11/30/2008
- Point of Contact
- Kanon D Morris,, Phone: 575-572-7503, Daniel Adame,, Phone: 575-572-7828
- E-Mail Address
-
Kanon.Morris@Holloman.af.mil, Daniel.Adame@Holloman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F2E3CE9302NQ02, is being issued as a Request for Quotation (RFQ). The contractor shall provide all materials, labor, equipment, tools and supervision necessary to clean/pumpout above ground Oil Water Separators located at Holloman AFB, NM. See the attached list of Oil-Water Separator tanks and their capacities and provide quotes per unit and as well as totals. Performance will be in accordance with the attached Statement of Work. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 562998 and the Size Standard is $6.50 million. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The evaluation process will be based on the lowest price offered. The award will be based on the aggregate total. The contractor must be CCR registered, the website is: http://www.ccr.gov. A site visit has been scheduled for 8:00 AM MST, 13 NOV 08 at Holloman AFB, NM. I will be escorting interested parties around base as the customer identifies the Oil-Water Separator tanks specified on the list. Quotes are due no later than 11:00 AM MST, 15 NOV 08, and should reference the solicitation number F2E3CE9302NQ02. Quotes must be good for at least 60 days. CLIN 0001 - Clean/Pumpout - Contractor will provide all equipment, personnel, and supervision required to provide cleanout/pumpout services for oil/water separators and grease traps listed in attached list of tanks. All work is to be accomplished on an on-call basis and in accordance with Statement of Work. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2007) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003)-ALTERNATE I (OCT 1995) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (FEB 2008) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.247-34 F.O.B. DESTINATION (NOV 1991) 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2008) (DEVIATION) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2005) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) flow down required for all subcontracts subject to the Service Contract Act of 1965 (41U.S.C. 351, et seq.). (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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, ( x ) is not a small business concern under NAICS Code 562998- assigned to contract number FA4801-09-P-0019. (Contractor to sign and date and insert authorized signer's name and title). (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 (End of clause) 5352.201-9101 Ombudsman. OMBUDSMAN (FEB 2008) (a) An ombudsman has been appointed to consider 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. The ombudsman may not serve as an advocate for any party. (b) Before consulting with an ombudsman, concerned 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 Center/MAJCOM ombudsmen, Ms. Lorraine Cotton 129 Andrews Street Suite 102 Langley AFB, VA 23665 Phone Number: (757)764-5371 Fax Number: (757)764-4400 Email Address: lori.cotton@langley.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) HAFB 006: NCIC REQUIREMENTS AND ACCESS TO HOLLOMAN AFB, NM (21 Aug 07) CONTRACTOR EMPLOYEES DELIVERING TO HOLLOMAN AIR FORCE BASE Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation. AFI 31-102, PHYSICAL SECURITY: July 07 All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base. Important Notice Concerning Contractor Access to Holloman AFB, NM Visit Access Request (VAR), Holloman AFB, NM For contracts awarded/administered by the 49th Contracting Squadron. Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will sign the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check. Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver's license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation. End of Statement HAFB 012 - HAFB CELL PHONE POLICY (31 Aug 2006) MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Operators of vehicles on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee). END OF STATEMENT Primary Point of Contact.: Amn Kanon D. Morris Contract Administrator Kanon.Morris@Holloman.af.mil Phone: 575-572-7503 Fax: 575-572-7333 Secondary Point of Contact: SSgt. Daniel Adame Contract Officer Daniel.Adame@holloman.af.mil Phone: 575-572-7828 Fax: 575-572-7333
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa8b0bc731815df9bdd70eb1d38bbeef&tab=core&_cview=1)
- Document(s)
- O/w Separator List
- File Name: SoW (SOW 09.pdf)
- Link: https://www.fbo.gov//utils/view?id=caad1b7ff395dfa9a6b731a86ee419e9
- Bytes: 66.47 Kb
- File Name: List of Oil-water separators on Holloman AFB that will be incorporated into this contract. (Tank Volumes 09.pdf)
- Link: https://www.fbo.gov//utils/view?id=d76df2039dfe11e565d42395d467dfc2
- Bytes: 17.93 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SoW (SOW 09.pdf)
- Place of Performance
- Address: Multiple Locations, Holloman AFB, New Mexico, 88330, United States
- Zip Code: 88330
- Zip Code: 88330
- Record
- SN01701696-W 20081108/081106214939-aa8b0bc731815df9bdd70eb1d38bbeef (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 |