Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6, 2001 PSA #2908
SOLICITATIONS

S -- FLEET SERVICES

Notice Date
August 2, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
ZIP Code
78150-4525
Solicitation Number
F7LG4012110100
Response Due
August 16, 2001
Point of Contact
Susan Bergeron, Contract Specialist, Phone 210-652-5145, Fax 210-652-7486, Email susan.bergeron@randolph.af.mil -- Bill Guess, Contract Specialist, Phone 210-652-5180, Fax 210-652-7486, Email bill.guess@randolph.af.mil
Description
The 12th Contracting Squadron at Randolph AFB, TX, intents to award a firm fixed-price Purchase Order pursuant to the Federal Acquisition Regulation (FAR), to provide Lavatory Waste Services on transient aircraft for the Logistics Group, Randolph AFB, TX. 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ), Solicitation No. F7LG4012110100. This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. Cited provisions and clauses can be viewed at the following web site: http://farsite.hill.af.mil. This acquisition is set-aside 100% for Small Business (NASIC 562991, Size Standard $5M). The Government intends to award 5 Contract Line Item Numbers (CLINs) as follows for a Base Year and 4 Options. There will be one priced CLIN (X001) per year with four SubCLINs, see Bid Schedule (Attachment 1). The Government estimates a Quantity of 16 aircraft serviced per Month. Statement of Work 1. Description of Work: 1.1. The contractor shall provide all personnel, equipment (including truck), tools, materials, supervision, and other items necessary to drain/flush/fill lavatory waste from Government aircraft upon arrival at Randolph AFB TX. =20 2. Specific Tasks: 2.1. The contractor shall provide lavatory waste services to Government owned aircraft upon arrival at Randolph AFB TX. This service shall include drain/flush/fill of aircraft lavatory only. The quantity is currently estimated to be between 5 and 16 aircraft per month. However, this number may increase when incoming aircrews discover that RAFB now provides this service. Trucks may enter the Harmon Drive Gate off FM 78. 2.2. Registration, Fees, and Reporting: The contractor shall obtain and maintain all required registrations from the Texas Natural Resource Conservation Commission (TNRCC) to transport waste for the duration of this contract. The waste shall be transported to a permitted facility in accordance with the TNRCC regulations found in 30 Texas Administrative (TAC), Chapter 312, Subchapter G and San Antonio Municipal Code Chapter 34, Article 5, Division 3. The contractor shall pay all fees associated with the transportation and disposal of waste as assessed by the TNRCC and the disposal facility as specified in 30 TAC 312, G and San Antonio Code 34, Article 5, Division 3. The contractor shall complete and maintain, for the duration of this contract, all manifests or similar tracking documentation signed by the disposal facility. The contractor shall comply with all reporting requirements associated with the management, transportation, and disposal of waste, including but not limited to the submission of the Annual Waste Summary Report to the TNRCC within the reporting timeframes. All additional fees/fines due to deficiencies in the management of the waste, missing/late reports to the regulatory agencies, inadequate documentation of the wastes shall be the responsibility of the contractor at no additional cost to the Air Force. Deficiencies shall be corrected and notification submitted to the Quality Assurance Personnel (QAP) 210-652-5558 within a timely manner. Records must be readily accessible and maintained by the contractor for at least five years. The Government may review these documents at any time during contract performance. 2.3. The contractor must provide a certified waste vehicle and shall be responsible for containerization/ clean up and disposal of any waste spilled, on base or off base, during the performance of services. All spill incidents will be reported to the proper agencies and to the QAP within a reasonable time, but no later than the next business day following the spill. =20 2.4. The contractor shall comply with the requirements in the Randolph AFB Storm Water Pollution Prevention Plan. Request a copy of this plan by contacting 12 CES/CEV Environmental Flight at 210-652-4668. The transporters shall not mix incompatible wastes or waste not accepted by the disposal facility when servicing aircraft at Randolph AFB. Significant discrepancies are subject to enforcement action by the TNRCC. A transporter shall resolve a discrepancy issue in writing to the TNRCC within 15 days. This letter must adequately explain the cause of the error, and include efforts being taken to resolve the issue. The contractor shall provide timely information copies of these letters to the QAP. 2.5. Transporter Requirements: Transporter requirements may be found through the following sites/offices:  Internet by going to the TNRCC Web site at www.tnrcc.state.tx.us/rules.  TNRCC?s Permits Office at fax # 512/239-4488.  TNRCC?s Publications Unit at phone # 512/239-0028.  http://www.municode.com/active_web/municode_webs.asp?nav=3D6&head=3D2 2.6. References: The contractor shall comply with the waste management, transportation, and disposal requirements found in: 30 Texas Administrative (TAC), Chapter 312, Subchapter G=20 San Antonio Municipal Code Chapter 34, Article 5, Division 3 Randolph AFB Storm Water Pollution Prevention Plan 3. Personnel: 3.1. Contract Manager (CM): The contractor shall provide the name and phone number of a CM who shall be responsible for the performance of the work. The name of this person and an alternate(s) who shall act for the contractor when the CM is absent shall be provided to the CO and the QAP. 3.1.1. The CM or alternate(s) shall have full authority to act for the contractor on all contract matters relating to the operation of this contract. 3.1.2. The CM and alternate(s) must be able to read, write, speak, and understand English. 3.1.3. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company name and employee name. 3.2. The contractor shall not employ a person who is an employee of the United States Government if employing that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to DoDD 5500.7, Standards of Conduct, Para. 2.2.1, and such employment would be contrary to the policies in AFI 64-106, Air Force Industrial Labor Relations Activities, Para. 3.=20 3.3. The contractor shall ensure that all vehicle operators possess a current, applicable, and valid operator?s license before commencing performance. 4. Miscellaneous Information: 4.1. Quality Assurance: The Government will evaluate the contractor?s performance under this contract using Customer Complaint. The office designated as having responsibility for compliance with this contract is 12 LGM/MAQ. The QAP is Myron Fisher and can be reached at 210-652-5558. 4.2. Security: 4.2.1. Pass and Identification Items. To gain entry to Randolph AFB, the contractor shall submit a letter to the CO (on official office letterhead) requesting vehicle passes be issued to the identified individual(s). This/These individual(s) shall report to contracting (Bldg. 224) to get a signed visitor pass letter that the individual(s) will then take to Bldg. 1021, Pass and ID. Pass and ID will assign the individual(s) an AF Form 75, Visitor/Vehicle Pass.=20 4.2.2. Retrieving Identification Media. The contractor shall retrieve all AF Form 75, Visitor/Vehicle Pass from employees who depart for any reason before the contract expires. 4.2.3. Traffic Laws. The contractor and its employees shall comply with base traffic regulations. 4.2.4. Flight Line Procedures: Prior to performing work on RAFB, the contractor shall contact 12 OSS/OSAQ at 210-652-1861 or 3165 to schedule Flight Line Training. The point of contact for this training is MSgt Danny Jones at 210-652-5882. 4.2.5. All damage to Government or private property due to performance of this contract and resulting directly or indirectly from the contractor?s negligence shall be reimbursed by the contractor. 4.3. Government Furnished Services: The Government shall furnish without cost to the contractor, Security Police and Fire Protection service. In the event that these services are required by the contractor while on Randolph AFB, the contractor shall call the following numbers: Security Police 7-5700 Fire Department 911 4.4. Hours of Operation: 4.4.1. Normal Hours: Service calls will be performed by the contractor during normal duty hours. 12 OSS/OSAQ will provide notification of upcoming service approximately 24 -- 48 hours in advance. Monday ? Thursday 0700 -- 2200 Sunday 0900 -- 1700 Friday 0700 ? 2100 Holiday 1000 -- 1800 Saturday 1000 -- 1900 =09 4.4.2. The contractor shall, prior to proceeding to RAFB, phone 12 OSS/OSAQ (210-652-1861 or 3165) to verify the actual arrival of aircraft identified in paragraph 4.4.1. Contractor shall annotate date/ time/and individual called at 12 OSS/OSAQ on a service report/ticket. Appointments missed by the Government to which the contractor verified arrival shall be paid by the Government with proper service report/ticket signed by 12 OSS/OSAQ. 4.4.3. On occasion, services may be required to support arrivals outside the normal duty hours as stated in paragraph 4.4.1. In this instance, the vendor has the option to deny service or submit optional pricing. 4.4.4. On occasion, services may be required where 12 OSS/OSAQ is unable to give 24 -- 48 hours notice. In this instance, the vendor has the option to deny service or submit optional pricing. 4.5. Acceptance/Reciept of Services: The contractor shall prepare a service report/ticket each time service is rendered. The contractor shall obtain a signature on the service report/ticket of either a Flight Crew Member, a Transient Alert Employee, or an Airfield Operations Employee. 4.6. Certification/Payment of Services: The office designated as having the responsibility for certification of payment is 12 LGM/MAE. The contractor shall forward by fax (210-652-5692) all reports/ tickets and an invoice for the month to 12 LGM/MAE no later than the 5th business day of the following month. In lieu of faxing, invoices may also be mailed to 12 LGM/MAE, 5th Street East Hangar 3, Randolph AFB TX 78150-5000. Submit all invoices to the attention of Bill Kenney at 210-652-7326 or Tammy Freyser at 210-652-8648. Full payment will be made by Government Purchase Card (GPC); therefore, vendor must be equipped to process this payment method. 4.7. Contracting Representative: The CO is the only person authorized to contractually obligate the Government. In the event that the contractor encounters problems that may prevent him from completing his scheduled work, immediately call the QAP at 210-652-5558 or the CO at 210-652-5180. IAW FAR 52-212-2, Evaluation, Commercial Items: Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, past performance, and price. Offerors are required to submit at least three references for evaluation of past performance of same or similar services or items. The provisions of FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must include a copy of the completed Bid Schedule and completed copies of provisions at FAR 52.212-3, Offeror Representation and Certifications, Commercial Items. The clauses FAR 52.212-4 and FAR 52.212-5, applies to this acquisition with these additional FAR clauses marked: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports of Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4214); 52.222-41, Service Contract Act of 1965 (As Amended); 52.222-42, Statement of Equivalent Rates for Federal Hires (WD 94-2521 Rev. 22 ?Med Truck Driver?); 52.232-18, Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration; 52.232-36, Payment by Third Party. DFARS provisions and clauses are as follows: 252.204-7004, Required Central Contractor Registration. Quotes must be sent (by fax or by mail) to the Contract Specialist listed below not later than close of business (1630 Central Time) 16 Aug 01 and should reference the solicitation number listed. Quotes mailed to: 12 CONS/LGCA, 395 B Street West Suite 2, Randolph AFB TX 78150-4525. Award will be made on or about 24 Aug 01. This solicitation has two attachments: Attachment 1, Bid Schedule; Attachment 2, WD 94-2521 (Rev. 22).
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/RandAFBCO/F7LG4012110100/listing.h tml)
Record
Loren Data Corp. 20010806/SSOL004.HTM (D-214 SN50T8A8)

S - Utilities and Housekeeping Services Index  |  Issue Index |
Created on August 2, 2001 by Loren Data Corp. -- info@ld.com