Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
MODIFICATION

18 -- Dispose of fuel contaminated water from fuels storage tanks

Notice Date
12/28/2004
 
Notice Type
Modification
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809--05-Q-0110
 
Response Due
1/3/2005
 
Archive Date
1/13/2005
 
Point of Contact
Judy Taylor, Contract Specialist, Phone 919-722-5409, Fax 919-722-5404,
 
E-Mail Address
judy.taylor@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items (non-personal services) prepared in accordance with FAR Subpart 12.6 and FAR FAC 2001-20. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business Set Aside. Solicitation Number is FA4809-05-Q-0110. The NAICS code 562219 applies to this solicitation. The size standard is $10M. The item description is for a service to dispose of fuel contaminated water from Seymour Johnson AFB Bulk Fuels Storage in accordance with the attached Statement of Work. STATEMENT OF WORK PUMP/DISPOSE OF FUEL-CONTAMINATED WATER 1. Contractor shall provide all equipment, supplies, materials, and labor to comply with this statement of work. 2. Contractor shall provide a tanker truck equipped with an explosion-proof pump. The capacity of the truck must not be less than 5,000 gallons. 3. Contractor shall pump and load fuel/water mixture. Mixture may be contaminated with dirt, biomass associated with fuel, or a combination of these contaminants. 4. Contractor shall pump fuel/water mixture originating from the base Bulk Fuels Storage area located near facility 10104. Pickups may occur at this location or on the flight line with base personnel escort. It is estimated that the base will require about 10,000 gallons of fuel-contaminated water to be removed per year under this contract. However, this figure is only to be used as a rough approximation for the contractor’s benefit in estimating his level of effort. The base will pay for removal and disposition of the material on a cost per gallon basis, regardless of the total amount removed over the course of the year. 5. Contractor shall be required to make pickup at the request of base personnel, not to exceed 5,000 gallons per trip. Each pickup must be coordinated with 4 CES Environmental Office at 919-722-5168. Base personnel may make unscheduled calls for service, depending on the needs of the base and mission requirements. 6. Contractor will respond within 72 hours after notification from base personnel. Weekends and holidays will not be included in the 72 hours. Work hours are 0730-1630, Monday through Friday. The contractor will perform tasks associated with this statement of work within the stated hours. 7. Contractor shall take all necessary actions to prevent leaking and spills when connecting and disconnecting hoses and/or pipes and will clean up all spills immediately. 8. Contractor will transport contaminated water to an approved accepting facility. The fuel-contaminated water will be managed in accordance with all federal, state, and local regulations for a fuel product. Contractor shall not manage mixture as a RCRA hazardous waste. 9. Contractor shall provide and the contractor representative who makes the pickup shall sign a shipping document before leaving the base. A copy will be provided to 4 CES/CEV. 10. Invoices will be sent to the 4th Contracting Squadron, 4 CONS/LGCB, 1695 Wright Brothers Avenue, Seymour Johnson AFB NC 27531. The contractor will bill the government based on the agreed cost/gallon. An invoice for the full amount of a single service will be submitted within 10 business days following performance of that service. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3 Alt 1 Offeror Representations and Certifications – Commercial Items (Offerors must include a completed copy of this provision with their quote). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hire, 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act Alt II, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by ElectronicFunds Transfer-Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote). FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-25 Affirmative Action Compliance. The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is Judy Taylor at (919) 722-5410 and Alternate is TSgt Imelda Reantaso at (919) 722-5605. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 29 December, 2004 at 7:30 A.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. AMENDMENT # 1 POSTED 28 DEC 2004. The purpose of this amendment is to extend RFQ Close/Response Date to 3 Jan 2005; 7:30 A.M. EST., and incorporate the attached additional information: 1. Number of trips for pick-up anticipated? 3 Pick-ups anticipated through 30 Sep 05. 2. Minimum pick-up amount in gallons when called? Minimum to be picked-up with each call is 5000 gallons (product is collected in two 6000 gallon above ground tanks). Please see paragraph # 2 of the Stament of Work. 3. Percentage fuel, percentage water, and percentage of sludge in the mixture? Less than 1% sludge, 5-10% fuel, 90-95% water. 4. Process type material is coming from (i.e., condensate removal; tank emptying; etc.?) Tank bottom bleed off water from JP8 aircraft fuel storage tanks. 5. Where will the material be located for pumping above ground or below ground? See question # 2 above. 6. Distance from truck parking to pumping location? Truck can back up to each of the 6000 gallon storage tanks as close as necessary without damage to existing pavement or soil and attach to quick connections for removing the fuel. 7. Is this a cost per gallon price regardless of the material pumped? Fuel, water, sludge mixture per gallon price or a line item cost for water disposal, sludge disposal on a per gallon basis for the material pumped into the truck for disposal? The contractor shall pump and load fuel/water mixture. (See paragraph # 3 of the Statement of Work). 8. What fuels will possibly be in the water? JP-4, JP-5, JP-8? Please question # 4 above. 9. Estimated start date is Mar 2005, with end date of 30 Sep 2005. 10. Correct Alternate POC Phone Number to: (919) 722-5405. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809--05-Q-0110/listing.html)
 
Place of Performance
Address: Facility 10104 Seymour Johnson AFB NC
Zip Code: 27531
 
Record
SN00727580-F 20041230/041228212809 (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.