Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

F -- Multi-Media Sampling and Analysis - Performance Work Statement - Wage Determination - Price List

Notice Date
8/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-15-Q-0050
 
Archive Date
9/23/2015
 
Point of Contact
Rob Christie, Phone: 7162362212
 
E-Mail Address
robert.christie.2@us.af.mil
(robert.christie.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Table 2: Price List and Estimated Quantities Wage Determination No. 2005-2371, Revision No. 18, Dated: 8 Jul 2015 Performance Work Statement, dated 26 Jan 2015, 24 pages The service required is entitled "MULTI -MEDIA SAMPLING AND ANALYSIS". This request is in support of the 914 th Airlift Wing/Civil Engineering Environmental Section (CEV), Niagara Falls, NY 14304. The bidders are to adhere in strict accordance with the attached Performance Work Statement, titled, Multi-Media Sampling and Analysis, dated 26 Jan 2015, in 24 pages. Contractor to provide all labor, equipment, materials, and transportation necessary to perform the following: environmental monitoring, sampling and analysis services. The project includes development of a project work plan, base wide multi-media sampling and analysis, oil/water separator sampling and analysis, storm water monitoring, and sanitary sewer sampling and analysis. Base wide multi-media sampling and analysis will include solid waste, hazardous waste, water quality, asbestos,, lead based paint, PCB oil, non-PCB oil, and other base operation waste streams as per Performance Work Statement, titled, Multi-Media Sampling and Analysis, dated 26 Jan 2015 in 24 pages and pricing list, titled, Table 2: Price List and Estimated Quantities, in 1 page. The contractor must be properly certified and qualified to collect and analysis samples, the use of a properly certified Laboratory for analysis as per the attached Performance Work Statement is mandatory. The contract is to be accomplished at the 914th Air Reserve Station, Niagara Falls, NY. The type of contract to be awarded will be a five (5) year Blanket Purchase Agreement (BPA), Payment to be made by the use of the Government's Visa Card. The North American Industry Classification System (NAICS) code is 541380, with a small business size of 12M. This award is set aside for SMALL BUSINESS concerns. All responsive, responsible sources from SMALL BUSINESS may submit a proposal that shall be considered. The solicitation number FA6670-15-Q-0050 is issued as a request for quotation (RFQ). All individuals that are regularly employed for this BPA must be C ertified in the handling and proper disposal of hazardous material. Proof of training and or certification must be provided to the government prior to start of this contract. The hazardous waste clean-up, removal, and disposal will be in accordance with all applicable Air Force, OSHA, and EPA Standards. Proposals shall be evaluated on methodology/procedures, and (Project Work Plan) in conjunction with the Performance work statement and lowest price, with Project Work Plan, being the highest evaluation factor. Price List, titled, Table 2: Price List and Estimated Quantities in 1 page, must be filled in and provided for quote. All responsible sources shall submit a response which identifies the yearly cost of this service, broken as per the Performance Work Statement identifies, per year and the TOTAL cost for all five (5) years on the Price List provided. Contractors shall also provide a Project Work Plan as per the attached Performance Work Statement identifying: Adherence to the requirement as identified in the PWS, and Provide Permits and Certifications of personnel as defined in the Performance Work Statement, The Government shall award a (5) year BPA resulting from this RFQ to the responsive, responsible offeror whose offer conforming to the Performance work statement, which will be most advantageous to the Government, price and above mentioned plan considered. To be eligible for award, prospective contractors must be registered in the System for Award Management (SAM) database at the website: https://www.SAM.gov. Bidders are to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the https://www.SAM.gov, registered in the Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM registration, contact the CCR Regional Assistance Center 1-888-227-2423 or visit their website at: https://www.SAM.gov. Offerors must have a current SAM's record prior to receiving an award for this solicitation or for any future awards. It is the contractor's responsibility to monitor the website for any changes or updates. Closing date for this RFQ is Tuesday, 8 SEPT 2015, 10:00 am. Submit offers by email Robert.christie.2@us.af.mil, fax: 716-236-2357 by mail at: 914thCONF/LGC 2720 Kirkbridge Drive Niagara Falls, NY 14304-5001 or if dropping off contact: Robert Christie, 236-2212 prior to drop off. By submission of an offer the offer acknowledges the requirement that prospective awardees must be registered in SAM.gov, also online Representations and Certification application (ORCA) website: https://orca.bpn.gov/ PRIOR to award of any contract resulting from this solicitation. Primary Point of Contact. Robert Christie, Contract Specialist Robert. Christie.2 @us.af.mil Phone: 7162362212 Fax: 716-263-2537 Contracting Office Address: 2720 Kirkbridge Drive Niagara Falls IAP-ARS, New York 14304-5001 <input name="dnf_class_values[procurement_notice][friendly_link_packages]" type="hidden" value="https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-14-R-0005/packages.html" />
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-15-Q-0050/listing.html)
 
Place of Performance
Address: 2720 Kirkbridge Dr, Niagara Falls, New York, 14304-5001, United States
Zip Code: 14304-5001
 
Record
SN03828316-W 20150808/150807000615-4179f318e50f18362b26827ff172a471 (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.