Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2013 FBO #4151
SOLICITATION NOTICE

S -- Maintenance of Oil/Water Separators, Grease Traps, and Septic Tanks Svc - Attachments

Notice Date
4/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/WN - WPAFB, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8623-13-R-6895
 
Archive Date
5/31/2013
 
Point of Contact
Marc Venzon, Phone: 661-272-6723, Leonila Marcelino, Phone: 661-272-6723
 
E-Mail Address
marc.venzon@edwards.af.mil, leonila.marcelino@edwards.af.mil
(marc.venzon@edwards.af.mil, leonila.marcelino@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2047 Rev 13 Price Model Surveillance Plan Performance Work Statement 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 to request for a quote (RFQ). The solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-66 and DFARS Publication Notice (DPN) 20130328. This acquisition is a 100% small business-set aside. The Federal Supply Class/Service is S222. The NAICS code is 562991. The size standard is $7,000,000. Description: Air Force Plant 42 Operating Location is seeking to establish a Blanket Purchase Agreement (BPA). However, the Government reserves the right to not award any BPA and does not guarantee any order placements. The resultant BPA will be three (3) years in duration or less. The following non-personal services will be procured: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to pump out oil/water separators, grease traps, and septic tanks located at Air Force Plant 42 Operating Location in accordance with attached Performance Work Statement (PWS). CLIN 0001: Non-personal services to perform in accordance with attached Performance Work Statement (PWS) to remove non-hazardous contents in oil/water separators. (For Informational Purpose Only) CLIN 0002: Non-personal services to perform in accordance with attached Performance Work Statement (PWS) to pump out all grease and residues from trap; remove waste build up from trap or pit walls and all associated equipment within the pit. (For Informational Purpose Only) CLIN 0003: Non-personal services to perform in accordance with attached Performance Work Statement (PWS) to empty all contents and close septic tank in accordance with requirements of state health department, and dispose of at an approved off-base facility. (For Informational Purpose Only) Requirements shall be furnished if and when requested by the Contracting Officer or duly appointed authorized Government caller. Any service call will be paid using the Government Purchase Card or electronic funds transfer. Offeror must also have an active Data Universal Numbering System (DUNS) Code (Dunn and Bradstreet - http://www.dnb.com/us/) and be actively registered in the System for Award Management (SAM - https://www.sam.gov). Interested offerors can access the provisions and clauses by Internet URL (http://farsite.hill.af.mil). Contract financing is not provided for this acquisition. The Government intends to award a Firm Fixed Price (FFP) BPA of non-personal services resulting from this solicitation whose quote is the lowest price and passing past performance result. The Government intends to award without discussions and the Government reserves the right not to make an award at all. In submitting a quote, the offeror acknowledges the requirement that potential awardees must be registered in SAM prior to award. Quotations may submit its pricing using the attached Price List model and include the following information: offeror name, address, phone number, email, point of contact name, quotation date, quotation number, total price, any discount terms, validity of quotation price. Quoted price shall be FOB Destination. This solicitation incorporates the following provisions or clauses: FAR provision 52.212-1, Instructions to Offerors-Commercial Items --addendum to paragraph (h): a single award may be made; FAR provision 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: Lowest Price and Past Performance; FAR provision 52.212-3, Offeror Representations and Certifications; FAR provision 252.209-7999, Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law. FAR clause 52.204-7, Central Contract Registration; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, 52.222-35, 52.222-36, 52.222-37); FAR clause 52.222-41, Service Contract Act of 1965; FAR clause 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR clause 52.232-36, Payment by Third Party; FAR clause 52.232-37, Multiple Payment Arrangements; and FAR clause 52.247-34, FOB Destination. The following DFAR clauses apply to this solicitation: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001, 252.232-7010, 252.232-7003, 252.247-7023 Alt III). The following AFFARS clauses apply to this solicitation: 5352.201-9201, Ombudsman; 5352.223-9001, Health and safety on Government Installations; and 5352.242-9000, Contractor Access to Air Force Installations. Past Performance Criterion will be rated as pass or fail based on Past Performance Information (PPI) collected. Provide three references with the following information: Point of Contact, Company Name, Telephone Number, and E-mail. Additional information: Point of contact is Marc Venzon, (661) 272-6723, fax 661-272-6707, E-mail: marc.venzon@edwards.af.mil. Responses must be received no later than (NLT) 1:00 p.m., Pacific Daylight Time, 15 Apr 2013. Responses should be submitted to: Marc Venzon, Air Force Plant 42 OPLOC (AFLCMC/WNVK), 2503 East Ave P, Palmdale, CA 93560. Attachments to this solicitation: 1. Performance Work Statement 2. Quality Assurance Surveillance Plan 3. Price List Model 4. Wage Determination - 2005-2047 Rev 13 Telephone requests to be placed on a mailing list will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8623-13-R-6895/listing.html)
 
Place of Performance
Address: Air Force Plant 42, 2503 East Ave P, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN03029143-W 20130406/130404235052-c88a7263fcb11d27393d6899153996fa (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.