Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

F -- Hazardous Substance Emergency Response and Remediation Services - Solicitation Documents

Notice Date
10/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-R-0008
 
Point of Contact
Turner M. Hart, Phone: 9375224617
 
E-Mail Address
turner.hart@us.af.mil
(turner.hart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Price List Wage Determinations Additional Instructions to Offerors Evaluation Factors Performance Work Statement SOLICITATION This solicitation, which is expected to result in the award of a firm-fixed-price contract for commercial services (i.e. Hazardous Substance Emergency Response and Remediation), as described under the requirements section of this solicitation. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest price and is determined fair and reasonable. Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA8601-16-R-0008 and is hereby issued as a Request for Quotes (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 562910 - Remediation Services Business Size Standard: $20.5 M Acceptable means of Submission: All submissions must be submitted electronically to the following email address - turner.hart@us.af.mil. Any correspondence sent via e-mail must contain the subject line "FA8601-15-R-0138, Hazardous Substance Emergency Response and Remediation Services." The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-78, effective 03 Aug 15; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice DPN 20150129, effective 26 Jun 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 06 Apr 15. Delivery Destination: 88 CEG/CEIEC Building 471, Area B 13th Street Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirements: The following paragraphs include specifications for the requirement: This requirement is to provide timely response and remediation for hazardous substance emergency response and compliance driven tasks that are beyond the capabilities of the 88 Air Base Wing Civil Engineer Environmental Management Branch (88 CEG/CEIE) Wright-Patterson Air Force Base (WPAFB) Ohio. Response situations on this contract BPA may include but are not limited to: Hazardous material containment/spill cleanup, polychlorinated biphenyls (PCB) containment/spill cleanup, hazardous waste removal actions, shock sensitive chemical sampling/treatment/transportation and disposal, soil excavation/disposal, removal of above ground and underground storage tanks, tank pumping and disposal, provisions for installing temporary holding tanks, drilling services and monitoring well installation, disaster response including aircraft crashes, environmental modeling, biological assessments, bio hazardous material cleanup and disposal, transportation and disposal of hazardous and non-hazardous waste, and sampling and analysis. The North American Industry Classification System (NAICS) code for this requirement is 562910 - Remediation Services, with a size standard of $20.5M. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contractors shall follow the imformation listed in ATTACHMENT 2: EVALUTATION OF OFFERS as well as ATTACHMENT 3: INSTRUCTION TO OFFERORERS The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number and Cage Code 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item/service price 6. Total price, No Progress Payments 8. Completed copy of FAR 52.212-3 Alternate I 9. Completed copy of FAR 52.222-22 10. Completed copy of FAR 52.222-25 11. Completed copy of DFARS 252.209-7992 Important Notice to Contractors: Quotations MUST also contain a complete description of services offered and any technical manuals or literature to clearly show that the services meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to 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. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Please direct all questions to Turner Hart via email at turner.hart@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0008/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03922558-W 20151017/151015234456-626efc16208d0897115021afa2d3af9a (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.