Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

22 -- Waste Water Treatment Plant - Amendment 2

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Air Force Test Center (AFTC) - Eglin, 308 W. D Ave., Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA9301-19-R-A013
 
Archive Date
10/1/2019
 
Point of Contact
Denina L. Solomon, Phone: 6612779659, Wendell W. Brown, Phone: 6612778590
 
E-Mail Address
denina.solomon@us.af.mil, wendell.brown.2@us.af.mil
(denina.solomon@us.af.mil, wendell.brown.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #15 MB WWTP Board Order Revised Performance Work Statement (PWS) (i) 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; proposals are being requested and a written solicitation will not be issued. The simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA9301-19-R-A013 **Please provide the full solicitation number on all packages** This solicitation is issued as a request for quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-04 and DPN 20190628 and AFAC 2018-0525. (iv) THIS REQUIRMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE (v) CLIN Nomenclature- SEE MODEL CONTRACT/SOLICITATION (vi) Description: Description: The Air Force Test Center (AFTC), 412th Test Wing Civil Engineering (412 CE/CEOES), Edwards AFB, CA requires Wastewater Treatment Plants (WWTP) Operations & Maintenance services at the Class IV Activated Sludge Tertiary Treatment Plant on Main Base and the Class III Plant on the Air Force Research Laboratory (AFRL). The Contractor shall provide all management, tools, supplies, equipment, materials, vehicles, labor, and other items and services necessary to perform the required services in accordance with all local, state (California), and Federal laws and regulations, including Department of Defense (DoD) and Air Force instructions, the National Pollution Discharge Elimination System (NPDES) permit requirements, California Code of Regulations (CCR) Titles 22 and 23, and State Water Resources Control Board Orders. The North American Industry Classification System (NAICS) number for this acquisition is 221320 with a size standard of $19M. The applicable Product Service Code (PSC) is M1ND, Operation of Government Owned Sewage and Waste Facilities. This acquisition will be 100% Small Business. The anticipated contract will be a 5-year Firm-Fixed-Price (FFP), Indefinite Delivery/Requirements type (ID/R) contract. This acquisition is a 100% small business set-aside. Contract award is expected in Sep 2019. Period of performance is 1 Oct 2019 - 30 Sep 2024 with a possible six-month option period of 1 Oct 2024 - 31 Mar 2025. The solicitation and all its attachments are attached to this notice. The following services are required: CLIN 0001: Operation and Maintenance Class IV Plant (Main Base) CLIN 0002: Operation and Maintenance Class III Plant (AFRL) CLIN 0003: Sludge Removal CLIN 0004: Over and Above Work A site visit/pre-proposal conference will be held August 29, 2019. Attendance is highly encouraged but not mandatory. Offerors must inform the Contracting Office of their planned attendance no later than 4:00 PM PST, August 26, 2019. Information regarding the site visit/pre-proposal conference can be found at Attachment 9 to the solicitation. Contractors must be registered in the System for Award Management (https://www.sam.gov) prior to award. Interested parties who believe they can meet all the requirements for the services described in this solicitation are invited to submit a complete proposal using the attached SF 1449. Offerors are required to submit with their proposal with enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation. Award will be made using the criteria in FAR 52.212-2 (detailed within the attachment 10). Proposal evaluation will be conducted utilizing Past Performance Tradeoff (PPT) procedures evaluating Price, Technical Capability, and Past Performance in accordance with Federal Acquisition Regulation (FAR) 15.101-1. The Air Force will award to the offeror who provides the best overall value to the Government. The applicable contract provisions and clauses can be found on pages 18-57 of the SF 1449. Contractors who conduct business with or are interested in conducting business with the Department of Defense must register with the System for Award Management (SAM) which can be accessed at http://www.sam.gov/. All offerors must comply with the requirements at FAR Clause 52.204-7, System for Award Management, and DFARS Provision 252.204-7004 Alternate A, System for Award Management. Online representations and certifications application (ORCA) must be completed via SAM. Questions regarding this solicitation are due 5 September 2019 on or before 1:00 PM Pacific Standard Time (PST) (vii) Ship Address to: Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offers are due by 12 September 2019 at 11:00 AM Pacific Standard Time (PST) via delivered mail to Denina Solomon at denina.solomon@us.af.mil; Wendell W. Brown at wendell.brown.2@us.af.mil; and Cinthia Arias at cinthia.arias@us.af.mil No late submissions will be accepted. a. Provide Cage code when submitting quote. (ix) 52.212-2 -- Evaluation -- Commercial Items. (a) 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. The following factors shall be used to evaluate offers: (i) Price (ii) Technical capability of the item offered to meet the Government requirement; (iii) Past Performance *Past Performance is significantly more important than Price when being evaluated. (b) The Government will evaluate an offeror's Mission-Essential Contractor Services Plan and Government Property Plan on a Technically Acceptable/Unacceptable basis. See FAR 52.212-2 Addendum (attachment 10) (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of the option shall not obligate the Government to exercise the option. If, after award, the contract is extended in accordance with FAR 52.217-8, Option to Extend Services, then the contract price for the extension will equal the last year's pricing. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. *See attachment 10 for full instructions (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (xiii) Additional Contract Requirement or Terms and Conditions: SEE MODEL CONTRACT (xiv) Defense Priorities and Allocation System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 16 September 2019 at 11:00 AM Pacific Standard Time (PST) via delivered mail to Denina Solomon at denina.solomon@us.af.mil; Wendell W. Brown at wendell.brown.2@us.af.mil; and Cinthia Arias at cinthia.arias@us.af.mil No late submissions will be accepted. (xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Denina L. Solomon, Contract Specialist denina.solomon@us.af.mil Phone: 661-277-9659 Secondary Point of Contact: Wendell W. Brown, Jr., Contracting Officer wendell.brown.2@us.af.mil Phone: 6612778590 Alternate Point of Contact: Cinthia A. Arias, Contract Specialist cinthia.arias@us.af.mil Phone: 661-277-3356 Contracting Office Address: 5 S WOLFE AVE Edwards AFB, California 93524-1185 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-19-R-A013/listing.html)
 
Place of Performance
Address: 5 So. Wolfe Ave, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN05438464-W 20190912/190910231139-f997eec0bb974a8d2a6be72f3b02eafa (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  © 1994-2020, Loren Data Corp.