Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
MODIFICATION

S -- Disposal of Fuel Contaminated Water

Notice Date
1/6/2006
 
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
FA4809-06-Q-0080
 
Response Due
1/16/2006
 
Archive Date
1/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-06. 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 (not to exceed) procurement and will be procured using commercial procedures. Solicitation Number is FA4809-05-Q-0080. The NAICS code 562219 applies to this solicitation. The size standard is $10.5 Million. The item description is for services, to dispose of fuel contaminated water from Seymour Johnson AFB Bulk Fuels Storage in accordance with attached Statement of Work. Statement of Work: Services, Non-personal: 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 then 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 1014. Pickups may occur at this location or on the flight line with base personnel escort. It is estimated that the base will require between 15,000 and 25,000 gallons of fuel-contaminated water to be removed per year under this contract. However this figure is only to be used has a rough approximation for the contractors benefit in estimating his level of effort. The base will only pay for removal and disposition of the material on a cost per gallon basis, regardless of the total amount removed throughout the year. 5.) Contractor shall be required to make pickup at request of base personnel, not to exceed 5,000 gallons per trip. Each pick-up must be coordinated with 4 CES Enviromental 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. 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 immediately. 8.) Contractor will transport contaminted 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.) Invoicing will be done via the internet at https://wawf.eb.mil . ( Instructions available) The contractor will bill the government based on the agreed cost per gallon. An invoice for the full amount of a single service will be submitted within 10 buisness days following performance of that service. 11.) Calls will be made approximately every 60-90 days. 12.) Approximately 25? of hose will be required to reach tanks. Tanks are equipped with 2? Male camlock. Hose with 2? Female camlock required. 13.) Previous analytical data available. Dated 27 Feb 2001. The following clauses and provisions apply to this acquisition: FAR52.219-6 Total small business Set-Aside, 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 52.213-3 Notice To Supplier AFFARS 5352.201-9101 Ombudsman, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, warranty and delivery terms. 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, Enviromental Technician, GS-7 $14.95 hr and, 21040, Materials Handling Laborer $10.97 hr. Wage Determination number 1994-2394 Revision no. 23, 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 Lt Michael Quinn at (919) 722-5405 and Alternate is Ms Schondra Richardson at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT 16 Jan 2006 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 Federal Buisness Oppurtunities Internet website only. http://www.fbo.gov/
 
Place of Performance
Address: 4 CES/CERF, 1095 Peterson Avenue, Seymour Johnson AFB, NC 27531-2355
Zip Code: 27531
Country: USA
 
Record
SN00962348-W 20060108/060106212021 (fbodaily.com)
 
Source
FedBizOpps 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.