Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

W -- Rental of Flusher Truck

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
FA7012-09-T-0022
 
Archive Date
5/12/2009
 
Point of Contact
Patrice A Irby,, Phone: 202-767-7874, Maria B Williams,, Phone: 202-767-8103
 
E-Mail Address
patrice.irby.ctr@afncr.af.mil, maria.williams@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are effective through Federal Acquisition Circular (FAC) 2005-32. The North American Industry Classification System code is 532490 at $6.5 million. Work shall be in accordance with the following Performance Work Statement (PWS). Contractors shall bid each line item as an all inclusive price. LINE ITEM 0001: Monthly Rental of Sewer Flusher Truck with heating compartment. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment, transportation and labor necessary to provide delivery, set-up, start-up and pick-up of one rented Sewer flusher Truck with Heater Unit to Bolling Air force Base, Washington, DC. The following work description shall not limit the contractors' responsibility or obligation to conform to all state and local laws and manufacturer's recommendations. DESCRIPTION OF SERVICES: Basic Services. The contractor shall deliver (1) Model 800-HPR Truck Jet with associated heater compartment and 1" hose, the unit will contain a nozzle kit to include 4" to 24" nozzles. Upon delivery the company shall provide training on the equipment. Lease Period: The lease period shall be for base year from approximately 1 April 2009 through 30 September 2009, with four option years. The performance period shall start within 10 working days after contract award. The work schedule shall be coordinated with Civil Engineer Squadron's Quality Assurance Personnel, prior to start of work. Contractor shall be required to start up equipment and perform operational checks to ensure the equipment operates properly and performs in accordance with manufacturer's specifications. To be performed on site with Quality Assurance Personnel (QAP) present. Leased truck shall meet industry standards and conform to Department of Transportation Regulations (DOT). Maintenance Agreement. The contractor shall provide a comprehensive maintenance agreement that addresses how repairs and inspections will be accomplished throughout the rental period. The contracting officer (CO) or Quality Assurance Personnel (QAP) will notify the contractor when a breakdown occurs or repairs are needed. All repair work shall be in accordance with normal commercial practices. SAFETY. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. GOVERNMENT REMEDIES. The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. HOURS OF OPERATION. Normal duty hours are from 0700 to 1600 hours Monday through Friday. The contractor shall perform the services required under this contract during the following hours: 0700-1600 Monday through Friday. Work in building 4456 Child Development Center may have to be performed after normal duty hours or weekends. The contractor will be required to meet with the government within 48 hours after contract award to establish a work schedule. FEDERAL HOLIDAYS. The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Independence Day, Thanksgiving Day, Martin Luther King Jr. Birthday, Veterans Day, Christmas, President's Day, Labor Day, Inauguration Day, Memorial Day, Columbus Day. SECURITY REQUIREMENTS. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. BASE ACCESS. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a master personnel roster on company letterhead to the Contracting Officer. The master roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DODI 3020.37. In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. COORDINATION. The point of contact for this project is the 11th Civil Engineer Squadron QAP, Mr. Carl Buono (202) 767-8616. QUALITY ASSURANCE. The government shall evaluate the contractor's performance under this contract using the 100% Surveillance method to ensure compliance of all specifications and objectives stated in the Statement of Work and Industry Standards. WARRANTY. Warranties under this contract shall include standard warranties offered to the general public. The contractor shall be responsible for replacing any warranty items within an appropriate period of such warranty. ENVIRONMENTAL CONTROLS: Compliance with Laws and Regulations. The contractor shall be knowledgeable of and comply with all applicable federal, state and local laws, permit DOD Air Force and environmental requirements and instructions. The contractor shall ensure that all subcontractors comply with the same. The contractor shall ensure policies and procedures are established that protect the safety and health of employees and the community to minimize or eliminate the risk of environmental spills. If the contractor spills or releases any substance listed in 40 CFR into the environment, the contractor shall immediately report the incident to the Environmental Coordinator at (202) 767-8600, in accordance with local procedures. The contractor shall notify the QAP at (202) 767-8618. The contractor shall be held liable for containment and environmental cleanup of a spill of release of such substance. If spillage creates contaminated soil, properly dispose of the soil and replace it with uncontaminated topsoil and restore grounds to their original conditions. The contractor shall not dispose of contaminated soil or hazardous materials on Bolling Air Force Base. SERVICE SUMMARY: NA. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-1 Notice of Standard Competition, 52.207-2 Notice of Streamlined Competition, 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, factors is: Technical, Price and Past Performance, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-1 Contractor inspection Requirements, 52.246-20 Warranty of Services, 52.2247-34 FOB Destination, 52.253-l Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,252, 223-7001 Hazardous Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.246-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7000 Material Inspection and Receiving Report, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-28 Post-Award Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-11 Ozone-Depleting Substances, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SOLICITATION RESPONSES must be received no later than 4:00 pm Eastern Standard Time 27 April 2009 at 11TH Contracting Squadron/LGCF, 20 MacDill Blvd, Suite 247, Bldg P20, Bolling AFB, DC 20032. Mail, facsimile (202) 767-7896, or e-mail response to patrice.irby.ctr@bolling.af.mil. An official authorized to bind your company shall sign the offer. The prevailing wage determination is WD 05-2103 (Revision 7) dated 24 March 2009. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must have a valid registration with in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Questions concerning this solicitation should be addressed to Ms. Patrice Irby, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7896, e-mail: patrice.irby.ctr@bolling.af.mil. Point of Contact: Patrice Irby, Contract Specialist, Ph 202-767-7874, FAX 202-767-7896; e-mail: patrice.irby.ctr@bolling.af.mil. Maria Williams, Contracting Officer, Ph 202-767-8103, FAX 202-767-7896, e-mail: maria.williams@bolling.af.mil. PLACE OF PERFORMANCE: Bolling AFB, Washington DC.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=baacfe1b34ca1cc927561f8d49e20464&tab=core&_cview=1)
 
Place of Performance
Address: Bolling Air Force Base, Washington, District of Columbia, 20020-0101, United States
Zip Code: 20020-0101
 
Record
SN01792877-W 20090416/090414222854-baacfe1b34ca1cc927561f8d49e20464 (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.