Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,2000 PSA#2527

Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315

99 -- GREASE INTERCEPTOR AND SEPTIC-CLEANING SERVICE SOL F05611-00-R-0008 DUE 031400 POC Scott Walker, Contracting Specialist, Phone (719) 333-6081, Fax (719) 333-4404, Email scott.walker@usafa.af.mil -- Ronald Hixson, Contracting Officer, Phone (719) 333-2571, Fax (719) 333-4404, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F05611-00-R-0 008&LocID=479. E-MAIL: Scott Walker, scott.walker@usafa.af.mil. The USAF Academy, CO and Peterson AFB, CO have requirements for a contractor to provide Grease Interceptor services at USAF Academy and Peterson AFB, including Septic-cleaning Services at Peterson AFB. The contractor must be capable of providing Grease Interceptor and Septic-cleaning services as outlined in the solicitation. SCOPE OF WORK GENERAL: This will be a Firm-Fixed Price contract. As such, the contractor shall be required to provide all personnel, labor, equipment, tools, materials, supplies, supervision, and transportation. Contractor shall be responsible for paying fees, obtaining and maintaining any necessary licenses and permits, and for complying with all federal, state, and municipal laws, codes, and regulations applicable with the performance of work. Services will be performed at USAF Academy, CO. and Peterson AFB, CO. Contractor must be capable of providing the services listed below: Pumping and removal of grease, sludge, and refuse from interceptors and traps above and below ground, clean baffle plates, interior walls, exterior portions of the inlet and outlet valves that are exposed and accessible, pump solids form the bottom of the grease interceptor, skim top of water level, apply an approved bactericide, and clean any spillages. In addition, the contractor must be capable of Pumping Septic tanks and disposing of waste off Air Force property in accordance with all applicable Federal, State and local environmental criteria. Services shall be required on an On-call, Emergency, and As-Required basis. SECURITY REUIREMENTS: Contractor shall be required to access restricted areas. The Contractor shall be responsible for obtaining all necessary cards, passes, decals or other items required for access to USAF Academy and Peterson AFB. Contractor shall be required to apply for vehicle and individual identification at USAF Academy, CO, and Peterson AFB, CO, Security Forces Squadron as required. All personnel operating a vehicle on Government installations shall be a licensed driver and all vehicles shall be currently registered and insured in the performance of this contract. MATERIALS: Cleaning shall be in compliance with OSHA, USAF Academy, CO and Peterson AFB, CO, bioenvironmental standards. GREASE INTERCEPTOR SERVICE SPECIFICATIONS/REQUIREMENTS: Contractor is required to: 1. Clean/service grease inceptors, baffle plates, so after cleaning it shall be free of grease, sludge, and refuse material. 2. Clean exterior portion of the inlet and outlet valves, exposed and accessible so valves are free of grease, sludge, and refuse material. 3. Pump solids from the bottom of the grease interceptor, so upon completion all solids have been removed and all areas are free of solids. 4. Skim the top of the water level within the grease interceptor so upon completion there is no grease, paper, plastics, or any other debris floating on top of the water. 5. An approved bactericide shall be applied to grease interceptors located at USAF Academy's Visitors Center and Burger King, on the first Monday of every month.6. Clean any spillage so after cleaning lid covers, landscaped areas, grassed areas, sidewalks, driveways, and all other surrounding areas are free of grease, residue, and malodors. 7. Pump Septic Tanks at Peterson AFB. Specific details of the actual work to be performed at each installation will be outlined in the solicitation. Services shall be provided in accordance with all USAF, USAF Academy and Peterson AFB regulations. This service is subject to the Service Contract Act of 1965. The RFP and all associated documents when issued will be posted on the Electronic Posting System (EPS) home page. The Internet address is http://www.eps.gov and is then listed under EPS FOR VENDORS, USAF-OFFICES, DIRECT REPORTING UNITS-LOCATIONS, 10th ABW/LGC-POSTED DATE. NO SOLICITATION IS AVAILABLE AT THIS TIME. When a final RFP is made available, packages will issued. Any advertised contractors identifying themselves for this procurement will be placed on the Offerors mailing List, which will be available electronically at the above EPS Internet address. The anticipated date for issuance of he RFP is 25 Feb 00. Offerors are encouraged to subscribe/register for this solicitation number through EPS to ensure they will automatically receive all documents associated with the procurement in a timely manner. All associated documents will also be released electronically unless a written request is received from contractors justifying hard copies. Any resulting contract could potentially include a mobilization period, a basic year, and four one-year options. Services will be performed IAW the bid schedule, excluding Government Observed Holidays, Base closures due to inclement weather and any special order requirements in which adequate notice will be provided. No telephone requests -- Only written requests received directly from the requester are acceptable -- If requesting the bid by FAX, you may send you request to: (719)333-4404, Attn: Scott Walker -- The Standard Industrial Classification number is 4953 and the business size standard is 6.0 million -- REQUESTORS MUST STATE THEIR BUISNESS SIZE ON EACH REQUEST ACCOMPANIED BY CAGE CODE, DUNS NUMBER, TAX IDENTIFICATION NUMBER (TIN), AND CENTRAL CONTRACTOR REGISTRATION NUMBER (CCR) IF APPLICABLE, FAX NUMBER, AND POC -- Firms that are registered in the Hub Zone or 8a are encouraged to submit their capability statements -- Women owned and small disadvantaged businesses are also encouraged to submit offers. The solicitation is unrestricted. Closing date of the solicitation is 14 Mar 00, 3:30 P.M., MST. Point of contact: Scott Walker (719)333-6081 or e-mail to Scott.Walker@usafa.af.mil or Ronald R. Hixson (719)333-4969 or e-mail Ronald.Hixson@usafa.af.mil. Posted 01/28/00 (D-SN419997). (0028)

Loren Data Corp. http://www.ld.com (SYN# 0288 20000201\99-0002.SOL)


99 - Miscellaneous Index Page