Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
MODIFICATION

S -- REFUSE AND RECYCLING

Notice Date
8/12/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F41652-02-R-0020
 
Point of Contact
Jim Skender, Contract Administrator, Phone (915) 696-1085, Fax (915) 696-4084,
 
E-Mail Address
Jimmie.Skender@dyess.af.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES Changes in Solicitation/Contract/Order Form The required response date/time has changed from 06-Sep-2002 00:00 to 06-Sep-2002 12:00 Changes in Section SF 1449 The following clauses which are incorporated by full text have been added or modified: 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2000) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) ADDENDUM TO FAR 52-212-2 EVALUATION OF COMMERCIAL ITEMS JAN 1999 EVALUATION CRITERIA. Section ?E? of the solicitation describes in detail the evaluation process and as such, forms the basis of this plan. 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. (a) Past Performance (see FAR 15.304); (b) Price Past Performance is significantly more important than price. Offerors do have the ability to submit a letter stating that their company is without any relevant past and present performance information. In those cases, the offeror will receive a neutral rating. 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. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. 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. This is a best value competitive acquisition and is conducted in accordance with Federal Acquisition Regulation (FAR) 15.101-1, Tradeoff Process. Award will be made to the offeror who is deemed responsible in accordance with the FAR whose proposal conforms to the RFP?s requirements, and is judged to represent the best value to the Government. The best value is represented by the most advantageous offer. To arrive at a best value decision, the Contracting Officer (CO) will integrate Past and Present Performance Criteria, Price Criteria, and any other solicitation provisions cited in this document. The CO is the Source Selection Authority responsible for the final decision to select a contractor. The CO will conduct the selection using the procedures specified from the revised Air Force Source Selection policies and procedures contained in the Federal Acquisition Regulations (FAR) Part 15, DOD FAR Sup, Air Force FAR Sup, and Air Force Appendix DD. The Government evaluation team and the CO will strive for maximum objectivity. The selection process, by its nature, is subjective and therefore, professional judgement is implicit throughout the entire process. The Government intends to select one Contractor for the subject solicitation. However, the Government reserves the right to award no contract at all, depending on the quality of the proposal submitted. The Government reserves the right to award without discussions. EVALUATION CRITERIA AND GENERAL CONSIDERATIONS AND THEIR ORDER OF IMPORTANCE: Past and Present Performance Criteria: Past and Present Performance carries greater weight than Price. Past and Present Performance is the most important factor in the award decision. The main purpose of the Past and Present Performance evaluation is to appropriately consider each offerors demonstrated record of contract compliance in supplying products and servshed drum crusher will become the property of the contractor on 1 Oct 02; repair, maintenance, and/or replacement will be at contractor's expense as of 1 Oct 02. 11) In paragraph 1.5.5.4. It states the contractor shall immediately notify the QAP regarding any DRMO items in the container. How is the contractor to know if these items are in the container and what are DRMO items? DRMO is required to notify the contractor & will be required to work closely with the Recycling Center to recover any DOD item(s) that must be processed for sale by DRMO. It is DRMO's responsibility to drop by the Center, educate the recycling manager, and collect DRMO items. There is minimal impact to Recycling Center operations, but there is an occasional item that surfaces at the center. 12) At the site visit it was stated there are no rolloff containers required for this contract. In paragraph 1.6.1.2. it states the contractor shall furnish tarped roll off containers. Are there any historicals in regard to this service? Used for self-help projects & CE operations such as asbestos abatement. What size containers are needed? 30 and 40 cu yard How many containers are needed? Containers are ordered by contractor, but any charges such as delivery fee, emptying fee, etc. is paid directly to BFI Landfill by the government. Will this service be a separate CLIN item? No. Regarding 8 cy frontload government owned dumpsters. On August 2, 2002 I inspected government dumpsters, after evaluating their condition it is my opinion they need to be replaced or put on a rigorous refurbishing program. 13) Will government replace dumpsters or contractor provided? Contractor becomes the owner on 1 Oct 02. 14) Does government have a maintenance schedule? Up to contractor to maintain. 15) Recycle compartmentalized trailers, how many? And locations? See above. 16) Government provided Hyster forklift is inoperable therefore should be not included on government provided list of equipment? Becomes contractor property as of 1 Oct 02. 17) Other than routine maintenance on government owned equipment will repairs (labor) to equipment be line items? Effective 1 Oct 02, there will no longer be any government-furnished equipment. 18) Regarding housing it is my understanding that you are phasing in new housing to be completed by 2005 what will the number of household be at that time? Same. New housing will replace old housing. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-AUG-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F41652-02-R-0020/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
Zip Code: 79607
 
Record
SN00181405-F 20021004/021002220648 (fbodaily.com)
 
Source
FedBizOpps.gov 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.