Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

S -- Pump Out Sewage Waste from Tank

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
562991 — Septic Tank and Related Services
 
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
FA4809-07-Q-7021
 
Response Due
9/13/2006
 
Archive Date
9/28/2006
 
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 2005-12. 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 procured using commercial procedures. Please see attached Statement of Work. Solicitation Number is FA4809-07-Q-7021. The NAICS code 562991 applies to this solicitation. The size standard is $6,500,000. The item description is as follows: CLIN 0001: Work consists of providing all labor, materials, supplies, supervision, transportation, and equipment necessary to pump out a 10,000 Gallon Domestic Waste Holding Tank at Dare County Bomb Range FY 07 (1 Oct 06 - 30 Sep 07) Base Year Qty: 100,000, Unit of Issue: $________ per gallon. CLIN 0002: Option Year 1 (1 Oct 07-30 Sep 08) Qty: 100,000, Unit of Issue: $________ per gallon. CLIN 0003: Option Year 2 (1 Oct 08-30 Sep 09) Qty: 100,000, Unit of Issue: $________ per gallon. The folllowing 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) Delivery Date, 7) 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. AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005). 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 delivery information. 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), (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. FAR 52.219-6 Notice of Total Small Business Set-Aside. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.222-1 Notice to the Government of Labor DisputesFAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.232-18 Availability of Funds, FAR 52.247-34 F.O.B. ? Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses 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 2Lt. Michael Quinn, (919) 722-5408 or michael.quinn@seymourjohnson.af.mil and Alternate is SSgt. Michael Demers, (919) 722-5410 or michael.demers@seymourjohnson.af.mil. Mailing address for quotes is 4TH Contracting Squadron LGCBB, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531-2459. All quotes shall be received NLT September 13, 2006 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. Quotes will be accepted via email. 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 Federal Business Opportunities (FBO) website only. Statement of Work 1. SCOPE OF WORK: Furnish all labor, equipment and materials as required in performing all operations involved in the pumping out of a 10,000 gallon domestic waste holding tank, in accordance with this statement of work and subject to the terms and conditions in this contract. 2. LOCATION: The work is to be accomplished at Dare County Bomb Range (DCBR), North Carolina. 3. WORKWEEK: The Contractor workweek shall be 7:30 a.m. to 4:30 p.m., Monday through Friday, Federal holidays excluded. 4. CONTRACT PERIOD: The contract will be in effect from 1 October 2006 through 30 September 2007 with 2 Option Years. 5. PRINCIPLE FEATURES: The work to be accomplished includes, but is not limited to the following: 5.1 Pumping out domestic sewage waste from a 10,000 gallon holding tank that contains the discharge from a common sewage lift station that serves the bathrooms and kitchen of the Base Operations complex and the center tower bathroom. Waste to be pumped out should be expected to contain liquids and/or solids normally contained in domestic sewage. 5.1.1. The contractor is not expected to empty the storage tank during each visit, but to schedule pumping operations such that the waste level is kept below the alarm level which is set at 7,200 gallons or approximately the 5 foot level inside the tank. 5.1.2. Contractor shall bid on a cost per gallon. The contractor shall pump out a full truckload each trip. Contractor will be paid per gallon based on the capacity of the truck. Example ? a contractor with a 3000-gallon capacity truck will be paid 3000 gallons times the cost per gallon bid for each trucked load pumped from the holding tank. 5.2 Spillage shall be avoided, any accidental spill caused by the contractor that results in either immediate and/or latent damage to government property shall be cleaned up and/or repaired as directed by the Contracting Officer, at no additional cost to the Government. The contractor shall have spill response equipment on the truck at all times while servicing this storage tank. 6. SCHEDULING OF WORK: The Contractor shall arrange a workable schedule with the Range Manager, at 722-1012, with the dates the work shall be accomplished. The Range Manager may call for a pump out should the alarm level be reached for any reason. 7. SALVAGE AND DISPOSAL: 7.1 All waste materials generated by pumping out the storage tank under this contract shall be handled, transported, stored, and disposed of off of DCBR by the Contractor in accordance with all applicable Federal, State, or local laws, ordinances, regulations, court orders, or other types of rules or rulings having the effect of laws. 7.1.1 The Contractor shall obtain and pay all fees for all liscenses and/or permits required for any portion of the contracted operation. The contractor shall also contact the Dare County Board of Health to obtain permission to remove and haul off the waste materials withing the tank. 7.2 Any loss to the government for interruption of services resulting from failure to comply with all the laws and regulations will constitue a proper charge against the Contractor. 8. SUBMITTALS REQUIRED: All necessary data and permits shall be submitted by the Contractor and be approved by the Contracting Officer. Items to be submitted are as follows: 8.1. A copy of all permits required in performing this service contract. The permits shall indicate the following information: A list of materials the contractor is authorized to handle. The destination and method of recycling or disposal of the materials. A copy of the disposal records that the contractor is required to file and maintain in accordance with Environmental Protection Agency standards if required. 8.2. The contractor shall report to the DCBR Manager, prior to starting each day?s required service under this contract. The contractor shall fill out and turn in a Record of Disposal, to the DCBR Manager prior to departing from DCBR. The record shall show the amount of waste pumped out of the storage tank during that day?s service. 9. EMPLOYEES: The contractor shall ensure all employees working on the Dare County Bomb Range possess proper identification and/or citizenship documentation. Under the Immigration and Nationality Act (INA), employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired (Ref: U. S. Department of Labor: (http://www.dol.gov/compliance/guide/aw.htm#whowhich)
 
Place of Performance
Address: 4th Contracting Squadron/LGCBB, Seymour Johnson AFB, NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01134973-W 20060908/060906220944 (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.