Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

S -- Green Litter Patrol

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-08-Q-0046
 
Point of Contact
Daniel S. Blackmore, Phone: 6606875431, Carl D See, Phone: 6606875425
 
E-Mail Address
daniel.blackmore@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION'S FY09 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY09 APPROPRIATION'S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU OCT 31, 2008. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented 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. Solicitation number FA4625-08-Q-0046 is issued as a request for quotation to patrol for litter at Whiteman AFB, MO. The acquisition performace period is for one (1) 12-month base period. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 562111 with the corresponding small business size standard of $12.5M. This acquisition is set aside for the small business competitiveness demonstration program. General Wage Decision #2005-2307 Revision 6 dated 5/29/2008 applies to this acquisition and can be found at http://www.wdol.gov/. All offers are to remain valid until 31 Oct. 2008. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. 1. DESCRIPTION OF SERVICES: The work covered by this project consists of the Contractor furnishing all labor, supervision, quality control, services to perform all operations in connection with providing green litter patrol services at various locations thru out the base. 1.1 SERVICING REQUIREMENTS: Green Litter Patrol will include the following as a minimum : 1.1.1 Collect and dispose of litter/refuse and fallen tree branches in government provided containers. An example of litter/refuse is cigarette butts, paper, cans, bottles, boxes 1.1.2 Pay extra attention to walking/running trails after high winds and storms. 1.1.3 In performance of this contract an off road vehicle will be provided at the expense of the Government (Currently a golf cart with a suction machine is being used). If weather is inclement or conditions require, a four-wheel low speed vehicle will be provided. All costs associated with the operations and maintenance of the equipment will be borne by the Government. 1.1.4 The Contractor shall provide daily equipment checks to ensure equipment is in proper working condition and fluids are full or at proper levels. Fluids will be provided by the Government. Should conditions warrant repair, the Contractor shall immediately notify the QAE (Grounds Foreman) at building 169. 1.2 STATMENT OF WORK 1.2.1 WEEKLY SERVICE: Provide green litter patrol services at various locations thru out the base. Contract period of performance is 1 OCT 2008 thru 30 SEPT 2009 on Whiteman AFB, MO. Contractor shall completely service the established route on a daily basis. Excused absence has to be obtained in writing from the Contracting officer. 1.2.2 ADDITIONAL SERVICE: Provide additional service, permanent or temporary, as requested by the Contracting Officer. These additional services shall be as a separate bid item at the government's expense. 1.2.3 SPECIAL EVENT SERVICE: Contractor to provide green litter patrolling servicing during designated times on weekends and holidays prior to distinguished visitor (DV) scheduled arrivals when required. Normal occurrences' throughout the year is twelve (12). 1.2.4 EMERGENCY SERVICE: The Government at this time does not anticipate an emergency service need for green litter patrolling. 1.2.5 Contractor Availability: The Contractor or representative is expected to perform services daily or as needed for DV visits. Employee coverage is the responsibility of the Contractor. All services and rules for services is the same as for the Contractor. Contractor shall make all arrangements for coverage in their absence cleared by QAE and Contracting Officer. Any known absence shall be requested ten (10) working days in advance. 1.3 LOCATION OF SERVICING: Green Litter patrolling areas shall be specified by the Government. The locations are the Base Common and Military Family Housing. Example locations are playgrounds, walking/running trails, parking lots, etc... Exact patrolling locations shall be coordinated with the QAP. A base map will be provided by the Government. 1.4 CONTRACTOR REPORTS: Regular green litter patrol servicing shall be coordinated with the inspector. If during this contract, abuse has caused damage or excessive maintenance conditions to keep equipment in a serviceable condition, a letter stating dates and times of problems involving units shall be forwarded to the Contracting Officer and QAE requesting the items be resolved. The following information will be annotated in the request from the contractor: a. DATE OF SERVICE b. TIME OF SERVICE c. NAME OF SERVICING AGENT d. DATE OF PLACEMENT e. PROBLEM OR ABUSE INCURRED TO UNIT(S) 2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold Provide Green Litter Patrol Service 1 No more than two complaints 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide reasonable utilities and work space for the contractor to perform the requested duties. There are no covered or secure storage areas available. The Government will provide all equipment and storage media necessary to perform tasks. 3.1. Toilet Facilities. Use of existing toilet facilities in the immediate work area only will be permitted. Contractor personnel will ensure facility cleanliness is maintained at all times. 3.2 Security Police and Fire Protection. The government will provide general on-base security police and fire protection service. Security police phone extension is 687-3800 for emergencies and for routine calls. Fire protection emergency phone is 911. 3.3. Telephone. The government shall not provide telephone services. If available, contractor may use government phones in a case of emergencies or during field and site work. No long distance telephone calls will be authorized. 4. GENERAL INFORMATION. 4.1. Hours of Operation. Working hours for the contractor will normally be between the hours of 7:00AM and 4:00 PM excluding Saturdays, Sundays, and Federal holidays unless warranted by DV visits. If the Contractor desires to work during periods other than above, additional government inspection forces may be required. The Contractor shall make his/her request to the Contracting Officer five (5) calendar days in advance of his/her intention to work during other periods to allow assignment of additional inspection forces. If such force is reasonably available, the Contracting Officer may authorize the contractor to perform work during periods other than normal duty hours/days. 4.2. Performance During a National Crisis. During a declared national crisis, the base commander will determine which services will be considered essential for performance during a crisis in accordance with DoDI 3020.37. This information will be passed down thru the Contracting Officer to the contractor along with the specified hours of operation if applicable. 4.3 Quality Control. The contractor is responsible for maintain quality control over all services provided under this contract. Records of quality control inspections and corrective actions taken shall be made available to the Government upon request. 4.4. Quality Assurance. A government representative will be designated to inspect work performed by the Contractor. Quality Assurance Personnel (QAP) shall conduct inspections using 100 percent inspection checklists. Government personnel will record all surveillance observations. Observations that indicate improper performance will be brought to the attention of the Contractor's representative for corrective action. The Contractor shall correct the condition at no additional cost to the Government. 4.5. SAFETY AND HEALTH. Contractor shall wear high-visibility yellow/green shirts or coats that are OSHA approved for high visibility. The purpose for this is to meet safety requirement and ease of identification. 4.5.1. OSHA Requirements. All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 and 29 CFR 1926, project identified national standards, military manuals, instructions, pamphlets, standards and handbooks, and with the Corps of Engineers (COE) Safety Manual 385-1-1, dated 03 Sep 96. 4.9. Clean Up. The Contractor shall, at all times, keep the work site and storage area(s) free from accumulation of waste, rubbish, or construction debris. All loose or lightweight materials shall be secured to prevent blowing or scattering. Each evening and while no one is at the work site, the gate will be secured. The burning of trash or construction debris is strictly prohibited on Whiteman AFB. Upon completion of the work, the Contractor shall leave the work site and storage area(s) in a clean, neat and workmanlike condition satisfactory to the Contracting Officer. 4.10. Security Requirements. 4.10.1. Levels of Security. Whiteman AFB security may be viewed as being one of three broad levels, the level in effect being dependent on the location or AREA of Whiteman AFB in question. 4.10.1.1. The lowest level of security exists in "GENERAL ACCESS" areas. These areas are all of Whiteman AFB outside of the "USAF Controlled" and "USAF Restricted" areas. 4.10.1.2. "USAF Controlled" access areas are the mid-level security areas. Presence within the CONTROLLED ACCESS AREA is by authorization; however, the movement of authorized personnel in and out of these AREAS is generally not impeded. 4.10.1.3. The highest level of security on Whiteman AFB is that within the "USAF RESTRICTED AREAS". These areas are subdivided to be known as Protection Level 1, 2 or 3 AREAS. Work schedule requests or changes to existing schedules for work to be performed in a "USAF RESTRICTED AREA" shall be submitted at least 7 calendar days in advance for approval and coordination of Whiteman AFB Security Forces. 4.10.2. Closed Base. Whiteman AFB is considered a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor employee is issued an identification card. The Contracting Officer will provide information necessary to obtain identification cards. The contractor shall be responsible to ensure that all of its employees obtain, and keep on their person at all times while working on the base, a USAF identification card. Upon completion of the work or termination of an employee, the contractor shall be responsible for turn in of identification cards to the Contracting Officer or to the Pass and Registration Office of the Security Forces. NOTE: Failure to turn in badges will result in WITHHOLDING OF FINAL PAYMENT and revocation of any future badges issued by Pass and Registration Office to the employee and the contractor. Bid Schedule FA4625-08-Q-0046 ITEM 0001 SERVICE EST. QUANTITY UNIT UNIT PRICE TOTAL Base Year: 01 OCT 2008 12 Month Litter Patrol Service PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-6, DUNS 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors 52.212-2, Evaluation-Commercial Items 52.212-3, Reps and Certs 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Commerical Items (including the following) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Refuse Collector, $13.57 + 25% Fringe) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.217-8, Option to Extend Services fill-in (30 days) 52.232-18, Availability of Funds Fill-in (30Sep2009) 52.232-19, Availability of Funds for the Next Fiscal Year Fill-in (30Sep2009) 52.233-3, Protest After Award 52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-4822 to the attention of A1C Daniel Blackmore. NOTE: Quotations shall be received by 23 Sep 2008, 12:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a18348a010bbf8f7f6ece22f1f5fa661&tab=core&_cview=1)
 
Place of Performance
Address: Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01668889-W 20080914/080912222127-a18348a010bbf8f7f6ece22f1f5fa661 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.