Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2003 FBO #0410
SOURCES SOUGHT

99 -- PUMPING CLEANING AND DISPOSAL OF GREASE FROM INTERCEPTORS AND SEPTIC HOLDING TANKS

Notice Date
12/3/1999
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F05611-00-R-0008
 
Point of Contact
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 ron.hixson@usafa.af.mil
 
E-Mail Address
Scott Walker
(scott.walker@usafa.af.mil)
 
Description
This is a sources sought synopsis and Request for Information for solicitation F05611-00-R0008, only to determine industry interest and capability. Contractors are asked to submit capability statements expressing their interest. Capability statements should include past performance information similar in scope to this requirement, references with phone numbers, the business size, point of contact and any other pertinent corporate information. Firms that are registered in the Hub Zone or 8(a) program are encouraged to submit their capability statements. The briefs will be used as part of the market research to determine if this acquisition should be set-aside for Hub Zone or 8(a) registered firms, small business, or proceed in an unrestricted manner. This information will also help to determine whether or not this requirement is issued as a "commercial practice". A letter stating your interest or requesting a copy of the solicitation is NOT sufficient to determine contractor capability. The following is a General Scope of Work required for this contract: 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 performed at USAF Academy, CO.; Peterson AFB, CO., and Schriever 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, Peterson AFB, and Schriever AFB. Contractor shall be required to apply for vehicle and individual identification at USAF Academy, CO, Peterson AFB, CO, and Schriever 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, Peterson AFB, CO, and Schriever 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. QUALITY ASSURANCE EVALUATOR (QAE) The QAE or Alternate QAE will schedule services, conduct surveillance, and evaluate contractor's performance during the performance of this contract using criteria established in the solicitation. Services shall be provided in accordance with all USAF, USAF Academy, Peterson AFB and Schriever 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 draft and final RFP are available, they will be advertised. 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. No date has been established for the RFP issuance. 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. The projected Standard Industrial Classification number is 4953 and the business size standard is 6.0 million. All responses to this Sources Sought should be received in this office no later than 15 December 1999. Point of contact: Scott Walker (719)333-6081 or e-mail to Scott.Walker@usafa.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-1999). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JAN-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/10ABWLGC/F05611-00-R-0008/listing.html)
 
Record
SN00239489-F 20030116/030114220509 (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.