SOLICITATION NOTICE
F -- Removal of Salt Based Solid Material
- Notice Date
- 4/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- F5DRXX50410200
- Response Due
- 5/4/2005
- Archive Date
- 5/19/2005
- Small Business Set-Aside
- Total Small Business
- Description
- SUBPART: F999- Other Environmental Services: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement 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 is a request for proposal (RFP). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01 and DFARs Change Notice (DCN) 20050222. This acquisition is a 100% small business set-aside. NAICS code is 562111. The following services will be procured: CLIN 0001 - The contractor shall provide all labor, tools, material, equipment, and transportation necessary to accomplish the removal of approximately 1.5 million pound of non-hazardous, industrial waste salt based solid material and small quantity of liquid from an evaporation pond measuring 80?x70?x2? located at the Air Force Research Laboratory (AFRL) Edwards AFB CA. - Plastic tools are to be used during the removal of the solid waste so as not to damage the high-density polyethylene liner. - All solid/liquid industrial waste removed from the evaporation ponds will be weighed at the AFRL scales prior to transporting to the disposal site. - Upon removal of the solid/liquid industrial waste, the liner shall be swept and rinsed of any residual. - The contractor shall provide the means to transport the debris off-site to a certified disposal facility. The contractor shall comply with all federal, state, and local regulations pertaining to the safety, health, environmental compliance, and transportation of its workers, subcontractors, and waste during the performance of the project. Contractor shall perform perform services within 10 days after date of award. The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text; 52.212-1, Instructions to Offerors-Commercial Items (Addendum to paragraph (h): a single award will be made); 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price. Award will be made to the technically acceptable, lowest priced responsible offeror; 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp); 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of a clause may be accessed electronically at http://farsite.hill.af.mil./VFFARa.htm. The following clauses apply: FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, (to include the following: (b) FAR 52.222.03, Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004); 52.222-21- Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26, Equal Opportunity (Apr 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, and Vietnam Era Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-39, Notification of Employee Rights Concerning Payment of Union dues or Fees (Dec 2004); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003); 52.232-36, Payment by Third Party (May 1999); (c) FAR 52.222-41, Service Contract Act of 1965 as Amended (May 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002); and clause 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contract Collective Bargaining Agreements (CBA) (May 1989). The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (to include the following: DFARs 252.232-7003, Electronic Submission of Payment Request (Jan 2004); DFARs 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Sep 2004). WAGE DETERMINATION No. 1994-2043, Rev (25), dated 08/10/2004 applies to this acquisition. Contractor interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This shall be a Firm-Fixed Price contract. Additional information: Technical point of contact for technical questions: Tony Koehler 661-810-3952. Contractual point of contact: Nick Arabe, 661-277-8777, fax 661-275-7884. Send all offers via fax no later than (NLT) 4 May 2005 at 4:30 p.m. Pacific Standard Time to: Nicasio Arabe, Air Force Flight Test Center (AFFTC/PKTB), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524-1185. Faxed transmissions of quotes are preferred. Telephone requests to be placed on a mailing list will not be honored. Please email all inquiries including request for picture of the evaporation pond to: nicasio.arabe@edwards.af.mil.
- Place of Performance
- Address: EDWARDS AFB CA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN00790985-W 20050421/050419212004 (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 |