Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

S -- S - CLEAN AND SERVICE OIL/ WATER SEPARATORS

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
146th LS/LGC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
F207CI42940100
 
Response Due
2/10/2005
 
Archive Date
4/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a Request for Q uotation is being requested and a written solicitation will not be issued. The reference number for this procurement is F207CI42940100 and is issued as a Request for Quotation (RFQ). This solicitation is 100 percent set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27 and DFARS, Defense Change Notice (DCN) 20041215. The SIC code is 4953, the NAICS code is 562219, the size standard is $6 million. The Contractor quote shall include pricing for a complete solution as outlined by the attached statement of work, for a basic contract period, and three (3) one-year options. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price, warranty and Past Performance); FAR 52.212-3 Offeror Re presentations and Certifications Alternate I; 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; FAR 52.212-5 Contract Terms and Condi tions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award; FAR 52.217 -5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; 52.217-9 -- Option to Extend the Term of the Contract As prescribed in 17.208(g), insert a clause substantially the same as the following: (a) The Government may extend the term of this contract by written notice to the Contractor within 30 [insert the period of time within which the Contracting Officer may exercise the option]; provided, that the Government gives the Contractor a preliminar y written notice of its intent to extend at least 60 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 Years (months)(years).(End of Clause); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52. 222-19 C hild Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.22-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended;.FAR 52.222-42, Statement of Equivalent Rates for Fed eral Hires; FAR 52.232-18, Availability of Funds; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; FAR 52.245-1 Property Records; FAR 52.245-2 Government Property (Fixed-Price Contracts); DFARS 252-204-70 04 Alternate A (Central Contractor Registration); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of payme nts Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Co untry Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests. Wage Determination 1994-2071, Revision 23 applies to this solicitation. All contractors must be Central Contractor Registration (CCR) registered to receiv e a DOD award or payment. All quotes timely received will be considered. Submit written offers (oral offers will not be accepted) via mail, email or fax. The contractor quote will be evaluated based on price, warranty and past performance. To e valuate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. All evaluation factors other than cost or price, when combined, ar e significantly less important than cost or price. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsit e.hill.af.mil/. If you are unable to access the web site, call Karen Wegner at (805) 986-7972, Fax: (805) 986-7946 or email karen.wegner@cachan.ang.af.mil. Quotes are due on or before 1:00pm PST 10 Feb 2005. Site visit will be 27 Jan 2005, 10:00 a .m. PST for those interested. Coordinate site visit with Karen Wegner - (805) 986-7972; e-mail: karen.wegner@cachan.ang.af.mil or SMSgt Joel Howard - (805) 986-7970;e-mail: joel.howard@cachan.ang.af.mil STATEMENT OF WORK CLEAN AND SERVICE OIL/ WATER SEPARATORS PROJECT NUMBER 20050108 AT CHANNEL ISLANDS AIR NATIONAL GUARD STATION 1) DESCRIPTION OF SERVICES: Contractor shall furnish all material, labor, equipment, and transportation to CLEAN AND SERVICE OIL & WATER SEPARATORS at Channel Islands ANGS, CA. The contractor shall perform appropriate tests of each oil and water separator contents before cleaning and servicing separators. The contractor will halt cleaning services if tests indicate hazardous materials are present. The contractor will notify the contracting officer and the installation environmental office, (COR or QAR). Co ntractor and COR will determine proper disposal procedures before cleaning services resume. The Contractor will provide cleaning services once proper disposal procedures are determined. The Contractor shall be responsible for disposal of hazardous contents per environmental regulations. The Contractor shall be responsible for debris removal during and after completing each job. Transport all materials from oil/water separators to an approved off-base disposal or oil recovery and storage facility: This incl udes providing appropriate storage containers for materials as required. A site visit by proposed bidders is required on Work Order Number 20050108 to verify work. Items to be completed are as follows: CLIN 0001: BASE BID: Contractor shall clean and service oil & water separators 9 oil/water separators on CIANGS. Separators are located at the Flightline Building (901,) Motor Pool (1601,) Aerospace Ground Equipment (1503,) Propulsion Maintenance Shop ( 1502,) Fuel Cell Hangar (802,) Main Hangar West (801,) Main Hangar East (801,) Mobil Aerial Port (701,) Fuel Complex (1204.), and Utility Control Center (1203). Base Map will be available at the Site Visit. CLIN 0002: OPTION YEAR 1: Contractor shall clean and service oil & water separators 9 oil/water separators on CIANGS. Separators are located at the Flightline Building (901,) Motor Pool (1601,) Aerospace Ground Equipment (1503,) Propulsion Maintenance S hop (1502,) Fuel Cell Hangar (802,) Main Hangar West (801,) Main Hangar East (801,) Mobil Aerial Port (701,) Fuel Complex (1204.), and Utility Control Center (1203). See attached map for locations. CLIN 0003: OPTION YEAR 2: Contractor shall clean and service oil & water separators 9 oil/water separators on CIANGS. Separators are located at the Flightline Building (901,) Motor Pool (1601,) Aerospace Ground Equipment (1503,) Propulsion Maintenance Shop (1502,) Fuel Cell Hangar (802,) Main Hangar West (801,) Main Hangar East (801,) Mobil Aerial Port (701,) Fuel Complex (1204.), and Utility Control Center (1203). See attached map for locations. CLIN 0004: OPTION YEAR 3: Contractor shall clean and service oil & water separators 9 oil/water separators on CIANGS. Separators are located at the Flightline Building (901,) Motor Pool (1601,) Aerospace Ground Equipment (1503,) Propulsion Maintenance S hop (1502,) Fuel Cell Hangar (802,) Main Hangar West (801,) Main Hangar East (801,) Mobil Aerial Port (701,) Fuel Complex (1204.), and Utility Control Center (1203). See attached map for locations. Other Requirements: 1. All work will be performed in accordance with federal, state, and local regulations regarding operations and waste handling and disposal. 2. Submitted bid will include all applicable labor, required safety and personal protection equipment, cleaning supplies, rinsate/ waste disposal fees, vacuum truck time, truck clean out, manifests and transportation charges. 3. Contractor shall be responsible for opening, securing, and closing of all man ways, manhole covers, valves, and openings. 4. Contractor shall remove all liquids and solids from the nine above listed oil/ water separators. The wastewater will be transported to the appropriate facility and recycled. 5. Tanks shall be high-pressured washed, using no foreign substances other than water. The interior walls and floors shall be cleaned and rinsate shall be removed. 6. Contractor shall prime oil/water separators with clean water as required for the unique configuration of each separator. 7. Contractor shall NOT be responsible for cleaning any fill pipes or discharge lines. 8. Contractor shall NOT be responsible for cleaning any exterior portions of the tanks. 9. The tanks at 701, Mobil Aerial Port, 1601, Motor Pool, 901, Flight Line, 1503, Aerospace Ground Equipment (AGE), and 1502, Propulsion Maintenance Shop shall be cleaned twice a year. 10. The tanks at 802, Fuel Cell Hanger, 801, Main Hanger West, 801, Main Hanger East, and 1204 Fuel Complex shall be cleaned once a year. 11. The Utility Control Center Tanks located at building 1203 - shall inspected and cleaned as required. GENERAL REQUIREMENTS: The contractor shall provide all tools, materials, equipment, transportation, removal of debris and trash, supervision, and management (except as specified as Government Furnished) necessary to clean and service oil & water separators located at Channel Islands Air National Guard Base, Port Hueneme, California. a) Any excess waste material resulting from any contract requirement shall be removed and disposed of by contractor at a proper disposal site off Channel Islands Air National Guard Station. Disposal, discharge, deposit, dumping, spilling, leaking, or plac ing of any materials, wastes, effluents, trash, garbage, oil, grease, paint, chemicals, etc. If any waste material is dumped in unauthorized areas, the contractor shall remove the material, restore the area to the condition of the adjacent undisturbed sit e at contractor's expense. b) The contractor shall comply with all Air Force, OSHA, and building codes requirements that are abiding by the Federal government, and State of California. c) Any additional work completed by the contractor without approval by the Contracting Office representative shall be at the contractor expense. FEDERAL REGULATIONS: The following list of federal regulations pertaining to liquid wastes is not all-inclusive. a. Resource Conservation and Recovery Act (as amended by the Hazardous and Solid Waste amendments of 1984), subtitle C, Hazardous Waste Management. b. Oil Pollution Act of 1990, Section 1001. c. The Clean Water Act, Title 3, Standards and Enforcement, and Title 4, Permits and Licenses. d. Title 40 CFR 260-282, Hazardous Waste e. Title 40 CFR Parts 104-149 Water Programs. f. Title 40 CFR P art 110, Discharge of Oil. g. Title 40 CFR Part 112, Oil Pollution Prevention. h. Title 40 CFR Part 401-471, Effluent Guidelines and Standards. i. Title 40 CFR Subpart F, Releases from Solid Waste Management Units. WORKING HOURS: The hours for this project shall be flexible between 7:00 AM to 4:30 PM. Monday through Friday, excluding federal holidays. NOTE: No work shall commence without prior coordination with the government inspector and the COR Work within each building shall not commence without prior coordination meeting of the building manger, the contractor, and government construction inspector. a.) The contractor shall schedule and arrange work with each building facility manager at least ten working days before beginning work. The contractor shall make every effort to minimize the interference and effect on the government mission. CONTRACTOR QUALITY CONTROL: The contractor shall attend a pre-performance meeting arranged by the government prior to beginning work on this contract. The QC inspector shall attend meetings with the Contracting Officer or delegated representative to resolv e quality concerns and problems that may arise during course of this contract. DAILY REPORTING: The contractor shall submit a daily quality control and status report to the Government Inspector's office located in Building 1402 (113). GOVERNMENT REMEDIES: The contracting officer will follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Oct 2003), for contractor's failure to correct nonconforming services. SECURITY REQUIREMENTS: The contractor shall be responsible for the security of his supplies, equipment, and vehicles. All contractor personnel and vehicles shall be subject to search and seizure upon entering, while on, and leaving the installation of Cha nnel Islands Air National Guard station. SPECIAL QUALIFICATIONS: Appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of oil/water separators, and grease traps shall certify contractor personnel. MATERIAL SAFETY DATA SHEETS, AND LABELS: The contractor shall maintain a copy of the Environmental Protection Agency or State Registered Labels, plus Material Data Sheets for all paints, primers, solvents, inhibitors, or solutions used in connection with t his contract; Material Data Sheets are also required for all hazardous materials defined in federal Standard 313c. Identical back-up copies of these documents shall be given to the Base Safety Officer and the contracting Officer prior to the start of any work. GOVERNMENT FURNISHED FACILITIES, EQUIPMENT, MATERIAL AND SERVICES: The government will furnish water and electricity at existing outlets for work to be performed under the contract at no cost to the contractor. The contractor shall provide and maintain, at his expense, the necessary service lines from existing Governmen ts outlets to the site of work.] SITE VISIT: Offerors are encouraged to attend the site visit on 27 Jan 2005 at 10:00 a.m. There will be only one site visit. Attendees will meet at Channel Islands Air National Guard Station, Civil Engineering Squadron, 113 Mulcahey Drive, Port Hueneme , CA 93041-4013. Attendees are required to forward their name, business name and phone number/fax number/e-mail address to Karen Wegner at phone - (805) 986-7972; e-mail: karen.wegner@cachan.ang.af.mil or SMSgt Joel W. Howard at phone - (805) 986-7970; e-mail: joel.howard@cachan.ang.af.mil not later than 10 Feb 2005, 1:00 p.m. If unable to attend the original site visit, a site visit can be scheduled with the Base Contracting Office at (805) 986-7970/7972. Facsimile Number: (805) 986-7946. APPENDICES: 1. Base Map (Base Map will be distributed at the Site Visit.) 2. Channel Islands ANGS (CIANGS) maps will not be released/distributed without written approval from the CIANGS Base Contracting Office. All maps are For Official Use Only (Per Force Protection Regulation 10-245.) * NOTE 1: Companies that are selected are authorized to maintain maps. * NOTE 2: All unsuccessful bidders will return the Base Maps to the Base Contracting Office.
 
Place of Performance
Address: 146th MSG/MSC 119 Mulcahey Drive Port Hueneme CA
Zip Code: 93041-4011
Country: US
 
Record
SN00737588-W 20050122/050120212022 (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.