Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
DOCUMENT

M -- Wastewater Treatment Plant Operations - Amendment 2

Notice Date
9/18/2008
 
Notice Type
Amendment 2
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-08-R-0008
 
Archive Date
11/30/2008
 
Point of Contact
Patti J Ren,, Phone: 575-572-5294, Sally D. Roberts,, Phone: 505-572-5293
 
E-Mail Address
patti.ren@holloman.af.mil, sally.roberts@holloman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes Solicitation Number FA4801-08-R-0008, which will be issued as a Request For Proposal (RFP). Anticipated award to be a Firmed Fixed Price Contract. Proposal contract is for a basic period of ten (10) months and four (4) one-year option periods with an anticipated start date of 1 December 2008. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-24, effective 28 February 2008. This acquisition will be solicited as Total Small Business Set-Aside. This will be a Lowest Price Technically Acceptable acquisition in which once proposal is deemed technically acceptable then lowest proposal is awarded the contract. The North American Industry Classification System (NAICS) code is 221320 with a size standard of $6.0M. This requirement will be solicited under FAR Part 12 utilizing commercial acquisition procedures. The Solicitation, which will include the possible site visit date and PWS, will be posted on or about 14 July 2008 and MUST BE downloaded from FedBizOps at http://www.fbo.gov; Potential offerors are responsible for monitoring this site for the release of the solicitation package. DO NOT REQUEST VIA MAIL OR FAX. REQUIREMENT: Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services, except those specified as government furnished in the Performance Work Statement, necessary to perform Wastewater treatment facility operations. Operations shall be conducted in order to provide continuous, cost effective and efficient treatment of all wastewater delivered to the facility. The plant, an Extended Aeration Activated Sludge Treatment Plant with a design capacity of 1.5 Million gallons per day, with an average flow of 1.0 Million Gallons Per Day (MGPD), will operate 24 hours a day, 7 days a week. The plant serves a population of 10,000 plus. Such operations shall include general operation of plant equipment, valves and piping, sampling and lab analyses, waste and effluent disposal, and other related services. Facility operations and effluent discharge practices shall comply with all applicable federal, state and local regulatory standards, including the national Pollution Discharge Elimination System (NPDES) permit requirement. In the performance of the operation and maintenance of the WWTP the contractor shall, adhere to all applicable OSHA, NIOSH, AFOSH (Air Force Occupational Safety and Health), Holloman Fire Prevention Guide for Contractors, state mandated requirements and operator certifications. WWTP services shall cover -Preventive Maintenance Inspection (PMI) Program -Corrective Maintenance -General Wastewater Treatment Plant Operations -Maintain Wastewater Collection and Pumping Systems -Sampling and Laboratory Analysis IMPORTANT NOTICES: 1) RFP submission must be in accordance with solicitation. 2) You will not be eligible to receive an award if you are not in the Central Contractor Registration Database. (Ref. DFARS 252.204-7004, Required Central Contractor Registration). Register via the CCR website at http://www.ccr.gov or by contacting CCR Customer Service Contact Information at 1-888-227-2423. 3) Payments will only be made using the Wide Area Work Flow (WAWF) system. 4) All Amendments, if applicable, must be acknowledged. Point of Contacts Patti Ren, Primary Contract Specialist, Phone 505-572-5294, Fax 505-572-7333, Email patti.ren@holloman.af.mil; SSgt Robert Ruston, Alternate Contract Specialist, Phone 505-572-7156, Fax 505-572-7333, Email robert.ruston@holloman.af.mil; Sally Roberts, Contracting Officer, Phone 505-572-5293, Fax 505-572-7333, Email sally.roberts@holloman.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7893b8a6ac15225dfa1f9f2028d641bd&tab=core&_cview=1)
 
Document(s)
Amendment 2
 
File Name: SF 30 Amendment 0002, Change Basic Year from 12 to 10 months (Amendment 0002 WWTP.doc)
Link: https://www.fbo.gov//utils/view?id=8afb41c5a0257a31352fdc2076cdf14f
Bytes: 56.00 Kb
 
File Name: SF 1449 Solicitation Conformed Copy with Amd 0002 (Amd 0002 Conformed Copy WWTP Sol.doc)
Link: https://www.fbo.gov//utils/view?id=58f97752b4602eddd61165a9c391c007
Bytes: 312.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Holloman AFB, New Mexico, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN01674338-W 20080920/080918221639-7893b8a6ac15225dfa1f9f2028d641bd (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.