Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

F -- PFAS/PFOA Treatment and Disposal from Retention Pond

Notice Date
9/21/2023 1:27:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860123R0029
 
Response Due
9/25/2023 10:00:00 AM
 
Archive Date
10/10/2023
 
Point of Contact
Alisha Cvitkovich, Edward A. Huchison
 
E-Mail Address
alisha.cvitkovich@us.af.mil, edward.huchison@us.af.mil
(alisha.cvitkovich@us.af.mil, edward.huchison@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation (�synopsitation� hereafter), which is expected to result in award of a Firm Fixed Price contract for commercial services, removal and treatment of PFAS/PFOA from accumulated water from fire training area retention pond as described in the Performance Work Statement (attachment 1). The synopsitation 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 synopsitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor (attachment 2); and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.� The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received.� Award will be made to lowest priced technically acceptable offer of either On-Site or Off-Site service.� Synopsitation Number: �FA8601-23-R-0029 NAICS Code: 562211 Small Business Size Standard: $47 Million Set-Aside: No ������������������������������������������ Synopsitation Closing Date: Proposals must be received not later than 1:00pm Eastern, 2 October 2023 Submit electronic proposals via e-mail to: alisha.cvitkovich@us.af.mil Any correspondence sent via e-mail must contain the subject line �Synopsitation FA8601-23-R-0029.� The entire proposal must be contained in a single e-mail that does not exceed 15 megabytes including attachments, if any.� E-mails with compressed files are not permitted.� 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.� Address questions regarding this synopsitation to Alisha Cvitkovich at (937) 705-9303 or via e-mail at alisha.cvitkovich@us.af.mil � A detailed description of the requirement including a draft contract with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals,an explanation of how proposals will be evaluated,� performance work statement, and wage determinations, are pvovided in the attached documents.� Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. Proposal Due Date has changed to October 2, 2023 by 1:00pm EDT See attached Amendment Questions accepted until 11:00AM EDT 19 September 2023 Remaining Questions and Answers are being compiled and will be posted by 1:00PM EDT 25 Sept 2023 Questions & Answers: 1).� Does treated water need to analytical prior to discharge to the WRC? � Yes and will need to be 70 or below to discharge If so do we need to do that each time or can we prove the system out and then discharge direct to the WRC in subsequent months? Need to do 1 Analysis at the beginning and then Quarterly Analysis�s after that.� 2).� Is electricity available at the pond or should we plan to use a diesel pump? Yes electricity is available 3)�In attachment # 2 on Pg 2 under sub factor 3 Deliverables, it references ( PWS paragraphs 4.4 ). It appears to me that may have been a typo and was intended to be referencing 4.3 ? If this is the case 4.3 states needing a cover letter for documentation of work performed. Unclear if this is talking about needing a cover letter with the redacted report from previous job or it is for documentation of work performed after the contract is awarded. We have included the redacted report from previous job in our package under subpart 3 but just wanted to be sure I didn't need to have it as separate attachment with cover sheet.� Subfactor 3 should read 4.3,� Yes, a sample cover letter would need to be included, so the technical team can see how it would be submitted. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd9ee703049a4003a856e93a8de5be29/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06840450-F 20230923/230921230528 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.