Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2004 FBO #0775
MODIFICATION

99 -- Plastic Bead Blast Media

Notice Date
1/9/2004
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4612-04-Q-0022
 
Response Due
1/22/2004
 
Archive Date
3/31/2004
 
Point of Contact
Kenneth Williams, Contract Specialist, Phone 316-759-4519, Fax 316-759-4538,
 
E-Mail Address
kenneth.williams2@mcconnell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation. The Government is seeking to establish a Blanket Purchase Agreement (BPA) for the lease of Plastic Bead Blast Media (PM) for use in coating removals. The BPA shall include, contractor delivery of PM, spent material pick up and spent material recycling as specified herein, in accordance with the Statement of Work (SOW). This Combined Synopsis/Solicitation for commercial items prepared in accordance with the format listed in FAR 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. The solicitation number is FA4621-04-Q-0022 The solicitation is issued as a Request for Quote (RFQ). This solicitation is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted bases." The requirement is for the lease of plastic bead blast media (PM) to McConnell Air Force Base (MAFB) for use in coatings removal. The agreement shall include contractor delivery of PM, spent material pick up and spent material recycling as specified herein, in accordance with the Statement of Work (SOW). Item # 0001- PM Agreement Price (price per pound). Item # 0002-PM Excess Return Price (price per pound). All items shipped FOB Destination to McConnell AFB, KS 67221. The NAICS code for this Acquisition is 327910 (Size 500) and the SIC code is 3291; FAR Provisions 52.212-1 Instructions To Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items shall apply to this solicitation. Please submit with your quote a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. All quotes will be evaluated on price, Technical, and past performance. The Government will award a contract to the responsible offeror whose offer is confirming to the solicitation and will be most advantageous to the Government. The solicitation may be accessed at http://eps.gov The FAR clauses may be viewed at http://farsite.hill.af.mil Contractors submitting quotes must be enrolled in the Central Contractor Registration Program (CCR). The closing date for this solicitation will be 22 January 2004, 4:00 PM Central Standard Time. Late quotes will not be accepted. Point of Contact Kenneth Williams Contract Administrator, Phone: 316-759-4519, Fax: 316-759-4538; E-mail: kenneth.williams2@mcconnell.af.mil SOW STATEMENT OF WORK FOR BLANKET PURCHASE AGREEMENT TO LEASE AND RECYCLE PLASTIC BEAD BLAST MEDIA For MCCONNELL AFB, KS 8 January 2004 STATEMENT OF WORK FOR BLANKET PURCHACE AGREEMENT TO LEASE AND RECYCLE PLASTIC BEAD BLAST MEDIA PURPOSE OF STATEMENT OF WORK: This statement of work (SOW) covers the minimum requirements for the lease and recycle agreement (Agreement) for the plastic bead blast media (PM) used in coatings removal at McConnell Air Force Base (MAFB). The Agreement shall include contractor delivery of PM, spent material pick up, and spent material recycling as specified herein. The Contractor shall provide all necessary equipment, labor, expertise, transportation, regulatory permitting, and approvals to legally fulfill the requirements of this SOW within the United States of America. 1. EXCLUSIVITY. The Contractor will be the exclusive supplier of PM used by MAFB for the term of this Agreement. 2. PURCHASE MINIMUM. MAFB will place orders of no less than 2,000 pounds. 3. PRICING AND TERMS. The price per pound (the ?Agreement Price?) is the price per pound to supply the PM, including freight to MAFB, packaging for shipment and return, labels, return freight from MAFB to the Contractor (freight to be arranged by the Contractor). 4. TYPE AND QUALITY OF PM. The contractor shall be required to provide type V and/or type II PM in accordance with (IAW) MIL-P-85891 (A) to MAFB for use in coatings removal. The PM shall be delivered in DOT-approved 55-gallon steel drums with removable lids with the option of including discharge and fill spouts. The drums shall be labeled, identifying type of PM, media size, manufacturer, batch number, and net weight. The Contractor will be responsible for loading and unloading the drums of PM. Delivery and pickup will be accomplished at a single location. Along with the PM, additive static solution will be provided at the Contractor?s expense, upon request of the government (Corrosion Control), to meet the needs of MAFB. The Contractor shall provide PM produced from plastic stock of a uniform hardness and density, meeting Military Specification MIL-P-85891 (A), Type V (acrylic); (option Grade A). The PM provided must also be approved and incorporated in USAF Technical Order 1-1-8 and be approved for use on aerospace equipment. The Contractor shall provide upon request actual qualification test data for any or all lots verifying that the new PM meets or exceeds MIL Spec requirements. MIL Spec verification test data must be from a certified lab approved by the US government or a manufacturer's lab previously approved for use by the US government. The PM shall be of a mesh specified by the government CO or designee. The Contractor shall have capability to provide mesh sizes of 12/16, 16/20, 20/30, 20/40 and 30/40 as required. 5. QUALITY. PM supplied under this agreement will meet or exceed requirements set forth in Military Specification MIL-P-85891(A) and have a certification label for use on composite materials. Each shipment shall have the certification of MIL-SPEC standards and the test results. 6. RETURN QUANTITIES. MAFB will hold the used PM for shipment to the Contractor in minimum quantities of 2,000 pounds at a time. Upon notification by MAFB, the Contractor will arrange shipment of the used PM in a timely basis. The Contractor will call MAFB a minimum of two days prior to arrival at the base for a delivery or a pickup. 7. RETURN OF USED PM. The used PM to be returned to the Contractor will be the same PM supplied to MAFB under this Agreement unless specifically authorized in writing by the Contractor. The Contractor will generate all appropriate shipping documentation and obtain a signature from 22 CES Environmental Flight personnel acknowledging the shipment. The returned material will be packaged in the original 55-gallon steel drums it was shipped in. All PM will be sealed in 55-gallon steel drums and secured to pallets by plastic or metal banding or shrink wrap. The returned PM will contain PM, no more than 10% glass media, paint residue and bag house dust. It will be free of liquids, greases, petroleum products, trash, wood, paper, garbage, or other foreign or radioactive material (collectively called ?Unacceptable Contaminates?). Unless the Contractor notifies MAFB personnel in writing within ten (10) days upon receipt of used PM by the Contractor, the returned PM will be deemed acceptable. Used PM returned to the Contractor which contains Unacceptable Contaminates, may, at the Contractor?s election after notification to MAFB, be returned to MAFB at the Government?s expense and risk. The Government will save, hold harmless, and indemnify the Contractor for any and all claims, liabilities, or damages arising out of shipment of used PM containing Unacceptable Contaminates. The recycling of the PM and manufacture of products from the spent bead blast shall be done within the United States of America. 8. The Contractor, by way of this Agreement, contracts, warrants, represents and agrees that all returned used PM (the secondary material) will be recycled as defined under 40 CFR 261 and 262, Resource Conversation and Recovery Act (RCRA) and other applicable Federal and State regulations governing the handling, disposition, or recycling of materials, and that the final product manufactured in recycling will be non-hazardous, non-toxic and commercially salable. The contractor will save, hold harmless, and indemnify the Government for any and all claims, liabilities, or damages arising from present or future use of the final manufactured product or future disposal of the final manufactured product. 9. EXCESS RETURN. In the event that the quantity of material returned to the Contractor exceeds the quantity shipped to MAFB by the Contractor under this Agreement, then the Contractor, at its option, may elect to accept this overage, in which case it will notify MAFB in writing of the quantity and that quantity, multiplied by an amount per pound agreed upon by both parties termed ?Excess Return Price?, will be invoiced to and paid by MAFB. At the inception of this Agreement, if MAFB has used PM on hand which could qualify for recycling, whether manufactured by the Contractor or not, the Contractor may elect, at its option, to take that material at the Excess Return Price per pound. The Excess Return Price includes freight. ATTACHMENT 1 TECHNICAL PROPOSAL REQUIREMENTS AND EVALUATION CRITERIA It shall be required that any interested Contractor submit technical information with their quotation. The technical information is required to allow the United States Air Force to review the quotation to determine if the spent material is defined or will be regulated as a hazardous waste by local, state, and federal agencies. This information shall include at a minimum, technical details concerning the process and facilities used to recycle the dust product and locations of facilities. If facilities used for recycling are not owned and operated by the prime Contractor it shall be stated in the quotation; copies of the subcontracting plan shall be made available for government review. The Contractor shall allow site visits of its facilities by government personnel with, or without, notice. The Contractor shall provide documentation of claims that they meet the terms of the Exclusion of Exemption as required in 40 CFR Section 261.2 (F). The Contractor shall submit calendar year 2000, 2001, and 2002 documentation demonstrating that the Contractor used 75% of the spent material received at the Contractor?s facility in the production of a product. The Contractor shall include in the quote Environmental Protection Agency approvals and a list of clients to show marketability of the product(s) being produced. Yearly data will be supplied for each calendar year to demonstrate the spent material is not accumulated speculatively, as prohibited by 40 CFR 261.1.C. 8. The Contractor shall provide documentation showing that the Contractor has obtained all permits and licenses that are required to perform this Statement of Work. The Contractor shall submit to the contracting officer or designee any notices of violations received from any regional EPA or any state environmental office within the last three years.
 
Place of Performance
Address: McCONNELL AFB, KS
Zip Code: 67221
Country: USA
 
Record
SN00501330-W 20040111/040109211922 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.