Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
SOLICITATION NOTICE

P -- Recycling/Crushing Concrete Debris

Notice Date
12/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F5SFE22760300
 
Archive Date
1/1/2003
 
Point of Contact
Robert Maher, Contracting Specialist, Phone 850 283-8650, Fax 850 283-1033, - Allen Martin, Team Lead, Team C, Phone 850-283-3686, Fax 850-283-3963,
 
E-Mail Address
robert.maher@tyndall.af.mil, allen.martin@tyndall.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 19.10, 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 solicitation number is F5SFES22760300 and is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions, and clauses in effect through the Federal Acquisition Circular 01-09 and Defense Acquisition Circular 91-13. This solicitation is UNRESTRICTED in accordance with the Small Business Competitiveness Demonstration Program in FAR Part 19.10. The North American Industry Classification System (NAICS) Code is 235940, size standard 1000 employees. Statement of Work: Vendor will provide all equipment, support, personnel, tools, spare parts, fuel, and materials to recycle a minimum of 10,000 but no more than 16,300 tons of concrete debris. Quantities of each type of material produced are approximate and may be adjusted on-site at the time of production. Crushing/recycling equipment used must be capable of handling concrete materials approximately 8"-10" thick, 36" long, and 24" wide with a minimum production rate of 150 tons per hour. Materials will have a minimal amount of rebar, dowel pins, and tie bars in the debris. Vendor must provide sufficient material handling equipment to place material at designated storage areas as prescribed. Vendor must meet all safety requirements as prescribed by OSHA. Recycling equipment must be equipped with certifiable scales to record production amounts. Location: Det 1, 823 Red Horse Silver Flag Exercise Site Period of Performance: Performance will be 45 days from issuance of award. Work Schedule: Normal workdays not exceeding 0600-1800 Monday-Friday. Site Visit: A site visit is scheduled for 11 Dec 02 @ 13:00hrs. Silver Flag Area Line Items and estimated quantities: Concrete shall be crushed/recycled into the following dimensions. 1.5? minus base course material 9000 tons. 1.5?-2?, #4 rock, clean (No fines) 3300 tons 3?-6? Ballast rock 4000 tons The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil/ In accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation, Commercial Items. Contract Terms and Conditions -- Commercial Items, paragraph (a) is filled in as follows: ?The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award?. 52.212-3 Offeror Representations and Certifications?Commercial Items, Alt 1, 52.212-4 -- Contract Terms and Conditions -- Commercial Items is tailored as follows: subparagraph (c) is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items: The following clauses apply; 52.219-14Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41Service Contract Act of 1965, as Amended, 52.222-42 Statement of Equivalent Rates for Federal Hires (Insert: WG-10 $17.27), 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment, 52.225-13 Restrictions on Certain Foreign Purchases, 52.225-16Sanctioned European Union Country Services, 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration. 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/. 252.204-7004 Required Central Contractor Registration, 252.212-7001, 52.212-3 Representations and Certifications attached and required. The following clauses are incorporated by full text: 52.219-19 -- Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. As prescribed in 19.1008(a), insert the following provision: Small Business Concern Representation for the Small Business Competitiveness Demonstration Program (Oct 2000) (a) Definition. "Emerging small business" as used in this solicitation, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (b) [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] The Offeror * is, * is not an emerging small business. (c) [Complete only if the Offeror is a small business or an emerging small business, indicating its size range.] Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] No. of Employees Avg. Annual Gross Revenues ____ 50 or fewer ____ $1 million or less ____ 51 -- 100 ____ $1,000,001 -- $2 million ____ 101 -- 250 ____ $2,000,001 -- $3.5 million ____ 251 -- 500 ____ $3,500,001 -- $5 million ____ 501 -- 750 ____ $5,000,001 -- $10 million ____ 751 -- 1,000 ____ $10,000,001 -- $17 million ____ Over 1,000 ____ Over $17 million (End of Provision) 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. As prescribed in 19.1008(c), insert the following provision: SMALL BUSINESS SIZE REPRESENTATION FOR TARGETED INDUSTRY CATEGORIES UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM (May 1999) [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] No. of Employees Avg. Annual Gross Revenues 50 or fewer $1 million or less 51 - 100 $1,000,001 - $2 million 101 - 250 $2,000,001 - $3.5 million 251 - 500 $3,500,001 - $5 million 501 - 750 $5,000,001 - $10 million 751 - 1,000 $10,000,001 - $17 million Over 1,000 Over $17 million (End of provision) The closing date for this solicitation is 17 Dec 2002, at 3:00 p. m. Central Standard Time. Quotations will be accepted via email (see below) or fax at (850) 283-3963. The point of contact is TSgt Rob Maher at (850) 283-8624, or alternate, Capt. Allen Martin at (850) 283-88637. You may e-mail at Robert.Maher@tyndall.af.mil.
 
Place of Performance
Address: Tyndall AFB, FL
Zip Code: 32403
Country: USA
 
Record
SN00218235-W 20021208/021206213441 (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.