Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
MODIFICATION

R -- WATER DISTRIBUTION OPERATOR

Notice Date
6/14/2005
 
Notice Type
Modification
 
NAICS
221310 — Water Supply and Irrigation Systems
 
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-0269
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Point of Contact
Nathan Wallace, Contract Specialist, Phone 919-722-5405, Fax 919-722-5404, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
 
E-Mail Address
nathan.wallace@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to remove description of clins 1-11. As well as to update the FAR Subpart 12.6 and FAR FAC from 2005-01 to 2005-03. As well as to update this reference to read FAR 52.222-42 Statement of Equivalent Rates for Federal Hires __29090 Environmental Technician GS-7. The amended RFQ should read as follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-03. 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. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-05-Q-0269. The NAICS code 221310 applies to this solicitation. The size standard is $6,000,000. Statement of Work: STATEMENT OF WORK FOR WATER DISTRIBUTION AND CROSS CONNECTION CONTROL OPERATOR IN RESPONSIBLE CHARGE (ORC) SEYMOUR JOHNSON AFB, NORTH CAROLINA 1. SCOPE: Furnish all labor as required in performing all operations involved in monitoring the day-to-day operation of water distribution at Seymour Johnson Air Force Base, in accordance with this statement of work and subject to the terms and conditions of this Purchase Order. 2. LOCATION: The work is to be accomplished at Seymour Johnson Air Force Base, North Carolina. 3. WORK SCHEDULE: The contractor will report to the shop NCOIC. He/She will work two and a half hours per week. A workable schedule can be arranged with the shop NCOIC. 4. CONTRACT PERIOD: The contract will be in effect from 1 Jul 2005 to 30 September 2005. 5. PRINCIPLE FEATURES: The work to be accomplished includes, but is not limited to the following: 5.1. The contractor will be the designated Water Distribution Operator in Responsible Charge (ORC) of the Seymour Johnson water distribution system. 5.2 The contractor will also be the designated Cross Connection Control ORC of the same system. 5.3 Performs ORC responsibilities as required by the state of North Carolina. 5.4 The contractor shall be required to posses a valid, up-to-date Class B Distribution Certification and Cross Connection certification issued by the North Carolina Water Treatment Facility Operator Certification Board. 5.5 Must reside within 50 miles radius of SJAFB. 5.6 The contractor shall establish standard operating procedures for Seymour Johnson. Any decisions about water quality or quantity that affect public health which have not been defined in the standard operating procedures shall be referred to the contractor. 5.7. The contractor will prepare monthly Water Usage Report (DENR 3395). Review reports for accuracy and submit them to the State and 4 CES Environmental office. Maintains records of activity. 5.8. The contractor shall take chlorine residual reading as required by the State of North Carolina. 5.9. The contractor plans, organizes and supervises military work crew engaged in the maintenance and repair of water mains, valves, hydrants, meters and related components. Inspects equipment used in maintenance activities. 5.10. Investigates and resolves customer complaints. 6. GOVERNMENT FURNISHED EQUIPMENT: All materials and supplies will be provided by the government. 7. REQUIRED REPAIRS: Any minor and/or major problems that the contractor cannot repair as part of the daily inspection shall be reported to the NCOIC. 8. SCHEDULING OF WORK: The contractor shall arrange a workable schedule with the NCOIC @ 722-5931. 9. PAYMENT: The contractor shall be paid monthly with the Government Purchase Card (GPC) The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 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, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (c)(1) (2), (d), and (e) applies to this solicitation . FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, 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 Reports, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires ___29090 Environmental Technician GS-7_ , FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at <http://farsite.hill.af.mil>). 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 SSgt Nathan A. Wallace at (919) 722-5408 and Alternate is TSgt Imelda A. Reantaso at (919) 722-5405. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT June 16, 2005 at 4:00 P.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.
 
Place of Performance
Address: MULTIPLE FACILITIES, SEYMOUR JOHNSON AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN00829413-W 20050616/050614212031 (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.