Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1999 PSA#2499

92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild AFB, WA 99011-9403

S -- MAINTENANCE ON OIL/WATER SEPARATORS SOL F4561300T0064 DUE 010600 POC TSgt Jeff Chronister, Contract Specialist, (509) 247-2232, Contracting Officer: Laurie D. Whelan (509) 247-3859 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation F4561300T0064 is issued as a request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. Standard Industrial Code is 7389. Small business size standard is $5M. This requirement is a small business set-aside. The contractor shall inspect, sample/analyze, pump out, clean, maintain, and properly dispose of all resulting waste from oil/water separators and grit chambers located at Fairchild AFB, WA. Contract period 1 Feb 2000 through 30 Sep 2000. Complete Statement of Work can be downloaded from our web site at: http://www.fairchild.af.mil/lgcons under SOLICITATIONS, then CONTRACT BUSINESS OPPORTUNITY INFORMATION. The provisions at FAR 52.212-1, Instructions to Offeror-Commercial Items (Nov 1999) applies to this acquisition. Offerors may submit their offer via mail or fax at 509-247-2073 or 509-247-9870. The provisions at FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. (a) The basis for Contract Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements and will provide the best value to the Government considering price and past performance. The award is as follows: (1) All responsible offerors whose offer conforms to the solicitation requirements will be ranked by the quoted price from lowest to highest. (2) The Government reserves the right to award a contract to other than the lowest price offeror if that offeror is not considered to be a low performance risk as described in paragraph (b) below. (3) If the offeror offering the lowest price offer is considered to bea low performance risk, this offeror's quote represents the best value for this acquisition and award shall be made to the offeror. If the low offeror is not considered to be low risk, then the second low responsible offeror will be evaluated, etc. The lowest priced, low risk, responsible offeror will receive the award. (b) Performance Risk Assessment: (1) The Government will conduct an assessment of performance risk based on the offeror's recent and relevant performance. In assessing performance risk, the Government will (a) seek questionnaires; and (b) use data independently obtained from other Government and Commercial sources. (2) The purpose of this assessment is to identify and review relevant present and past performance and then make an overall risk assessment of the offeror's ability to perform this effort. The assessment process will result in one of six ratings: Exceptional, Very Good, Satisfactory, None, Marginal, or Unsatisfactory. The risk assessment represents the Government's judgement of theprobability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. (c) Offerors shall provide a list of at least 3 of the most recent and relevant past and present contracts for this type of service, maintenance on oil/water separators performed for the Federal Agencies and commercial customers within the last 3 years. (1) Furnish the following information for each contract: a. Company/division name, b. Service accomplished, c. Contracting agency, d. Contract number, e. Contract dollar amount, f. Period of performance, g. Name, address, FAX number, and telephone number of the Contracting Officer, h. Comments regarding compliance with contract terms and conditions, i. Comments regarding any known performance deemed not acceptable to the customer or not in accordance with the contract terms and conditions. (d) Offerors should submit sufficient information and in the format specified to enable the Government to fully ascertain each offeror's capability to perform all the requirements contemplated by this solicitation. Offerors may be asked, at the discretion of the Government, to provide additional information for clarification. The provision at FAR 52.212-3, Offeror Representations and Certifications (Oct 1999) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation. The clause at FAR 52.212-4, Contact Term and Conditions Commercial Items (May 1999) applies to this acquisition. The clause at FAR.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) applies to this acquisition. Under para (b), the following clauses are incorporated: 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 UCS 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); FAR 52.222-41 Service Contract Act of 1965 as amended (41 SC 251); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 USC 206 and 41 USC 351); Equivalent Rate applicable to this acquisition is WG-5408-9, Wastewater Treatment Plant Operator, $16.20 per hour plus or minus 30% fringe benefits; FAR 52.225-3, Buy American Act Supplies (Jan 1994). The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996), applies to this acquisition. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders applicable to Defense Acquisitions of Commercial Items (Sep 1999) is applicable to this acquisition. The clause at FAR 52.232-33, Payment by Electronics Fund Transfer (CCR) (May 1999) applies to this acquisition. The clause at DFARS 252.204-7004, Required Central Contractor Registration (Mar 1998) applies to this acquisition. The following guidelines must be adhered to: Environmental and Hazardous Material Handling: The contractor shall be required to report all hazardous materials in accordance with Base and Federal guidelines. The contractor shall submit to the contracting officer at the beginning of the contract a list of the hazardous material he is bringing on base for performance of the contract. This list shall include all materials to be used by the prime contractor and all subcontractors. The list will include all hazardous material that is contemplated to be used during the course of the contract. During contract performance the contractor is to report to the contracting office any hazardous material/waste found and the method of disposition of such material/waste. At the end of the contract the contractor shall submit to the contracting office a list of the products and the quantity of each that the contractor is taking off base when the project is completed. Any questions concerning hazardous material can be directed to the Hazmat Pharmacy at Fairchild AFB, WA: Telephone number (509) 247 4676. Offers are due by 06 Jan 00 NLT 3:00 PM by either mail or fax. Mail to the 92d Contracting Squadron, 110 W. Ent St, Suite 200, Fairchild AFB, WA 99011-9403 or fax to (509) 247-2073 / (509) 247-9870, attn: POC: TSgt Jeffrey A. Chronister @ 509-247-2232. This requirement is a 100% Small Business Set-Aside. Simplified Acquisition Procedures will be utilized. Posted 12/16/99 (W-SN409393). (0350)

Loren Data Corp. http://www.ld.com (SYN# 0084 19991220\S-0001.SOL)


S - Utilities and Housekeeping Services Index Page