Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

99 -- ABSORBENT MATERIALS DIVERSION SERVICES - 2.Wage Determination - 1.Performance Work Statement (PWS)

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-09-T-0009
 
Archive Date
8/28/2009
 
Point of Contact
Rieko F. Candee, Phone: 678-655-5282, Shelby L. Cook, Phone: 6786554987
 
E-Mail Address
rieko.candee@dobbins.af.mil, shelby.cook@dobbins.af.mil
(rieko.candee@dobbins.af.mil, shelby.cook@dobbins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) for Absorbent Diversion Services Wage Determination (WD) 05-2133 (Rev.-6) Date of Revision: 05/26/2009 This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.603, 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 FA6703-09-T-0009 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32 The NAICS code is 812332 and Small Business size standard is $14,000.000.00. The following services are required by Dobbins Air Reserve Base, Georgia: This requirement is for absorbent materials diversion recycling services to pick up drums of used absorbent materials and replace with drums with new and/or used cleaned materials. Contractor shall furnish all labor, materials, equipment, tools, transportation, containers, supplies and support to provide the services in accordance with the attached Performance Work Statement (PWS). Small business set-aside 100% is being considered. There is one (1) Contract Line Item Number (CLIN 0001): Quantity/120, Unit of Measure/ Drum, per each year, for Absorbent Materials Diversion Recycling Services. Additions to one (1) 12 month basic contract year period, four (4) option years are anticipated. Basic Year CLIN 0001: 1 Sep 09 - 31 Aug 10 Option Year 1 CLIN 1001: 1 Sep 10 - 31 Aug 11 Option Year 2 CLIN 2001: 1 Sep 11 - 31 Aug 12 Option Year 3 CLIN 3001: 1 Sep 12 - 31 Aug 13 Option Year 4 CLIN 4001: 1 Sep 13 - 31 Aug 14 Payment will be made for each service completed during the period of performance. Award will be made IAW FAR 13.106-2. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. Evaluation Factors: Low price technically acceptable. (Note: Price shall be listed for the Base and four (4) option years. Evaluation of price for options shall not obligate the government to exercise the options. Failure to provide required documents specified in the PWS shall be considered non-responsive.) Site visit is scheduled for Thursday, 6 August 2009 at 2:00 p.m. EST at Dobbins Air Reserve Base. Parties who wish to participate in the site visit shall contact Rieko Candee, rieko.candee@dobbins.af.mil and alternate Shelby Cook, shelby.cook@dobbins.af.mil via email not later than Tuesday, 4 August 2009 2:00 p.m. EST. Please note that the following three (3) items are required to obtain a pass for the site visit: driver's license, vehicle registration, and proof of insurance. All quotes shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the quote. All interested parties may submit a written quote and required documents specified in the PWS to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Quotes may also be submitted electronically to rieko.candee@dobbins.af.mil and shelby.cook@dobbins.af.mil, or via FAX to (678) 655-5612. All quotes must be received not later than 13 August 2009 at 4:00 p.m. EST. Oral quotes will not be accepted. Offerors must be registered in Online Representation & Certification (ORCA) https://orca.bpn.gov at the time of quote submittal. All responsible offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov in order to be considered for award. Quotes are to include any discount terms. Anticipated award date is 21 Aug 2009. Applicable Provisions/Clauses: Clauses and provisions may be accessed via the Internet at http://farsite.hill.af.mil. It is the offeror's responsibility to be familiar with applicable clauses and provisions. FAR 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 address: http://farsite.hill.af.mil/ FAR 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 address: http://farsite.hill.af.mil/ FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2009) Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Apr 2009) (Deviation) The following Clauses and Provisions also apply to this acquisition: FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-1, Small Business Program Representations (May 2004) Alternate I (Apr 2002) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) 52.222-41, Service Contract Act of 1965 (Nov 2007) 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 WG-07, Step 2, Truck driver, Heavy Truck, $22.39 hourly rate (End of clause) 52.232-18, Availability of Funds (Apr 1984) FAR 52.237-1, Site visit (Apr 1984) DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009), and the following clauses within DFARS 252.212-7001, paragraph (b) and (c) are applicable: DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) DFARS 252.232-7007, Limitation of Government Obligation (May 2006) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006), in all contracts above the micro-purchase threshold AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any other required documentation to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) WIDE AREA WORK FLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) clause applies for the invoicing procedures: ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252-232.7003, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. - Ensure when submitting invoice(s) the line item numbers on the electronic invoice match the line item numbers on the contract/purchase order. Example: If you are billing for the contract/purchase order CLIN 0004, the line item number on the electronic invoice must be 0004 also. You can access payment information using the DFAS MyInvoice web site at https://myinvoice.csd.disa.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone/Omaha at (800) 756-4571, Option 2 (for Vendor Pay Offices), Option 3 (for Limestone). Please have your purchase order number and invoice number ready when contacting DFAS about payment status. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICE/RECEIVING REPORT. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: FA6703 ADMIN DODAAC: FA6703 INSPECT BY CODE: SERVICE ACCEPTOR/SHIP TO CODE: LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: After submission of your invoice(s) please send additional e-mails to: (End of clause) AFFARS 5352.201-9101 (Aug 2005), Ombudsman. If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman, Marsha R. Denning, HQ AFRC/A7KA, 255 Richard Ray Blvd, Robins ARB, GA 31098-1637, phone number (478) 327-1607, facsimile number (478) 327-2210. 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. (Ombudsman for this acquisition is Ms. Marsha R. Denning, HQ AFRC/A7K, 155 Richard Ray Blvd, Robins AFB, GA, 31098-1635, phone: (478)327-1607 email: marsha.denning@afrc.af.mil.) (End of clause) Point of Contact, Primary: Rieko Candee, (678) 655-5282, rieko.candee@dobbins.af.mil. Point of Contact, Alternate: Shelby Cook, (678) 655-4987, shelby.cook@dobbins.af.mil Attachments to this Combined Synopsis/Solicitation: 1. Performance Work Statement (PWS) 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-09-T-0009/listing.html)
 
Place of Performance
Address: 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824, Dobbins Air Reserve Base, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN01890992-W 20090731/090730000053-92bb1870c836b49df0f5e3ba4a3240be (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.