Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

F -- Range Cleaning

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
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
FA4625-09-Q-0056
 
Point of Contact
Paul J. Denton, Phone: 6606875433
 
E-Mail Address
509cons.sollgcb@whiteman.af.mil
(509cons.sollgcb@whiteman.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 12.6, 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-09-Q-0056. The point of contact for this RFQ is A1C Paul Denton at (660) 687-5433 or 509cons.sollgcb@whiteman.af.mil addressed to the attention of Paul Denton. Requirement is for cleaning services of two shooting ranges at Whiteman AFB, Missouri. There will be five line items on the resulting order. Please provide your quote in accordance with the following bid schedule: CLIN 0001(Cleaning Services from 01 Oct 2009 - 31 Dec 2009): CLIN 0002 (Cleaning Services from 01 Jan 2010 - 30 Mar 2010): CLIN 0003 (Cleaning Services from 01 Apr 2010 - 30 Jun 2010): CLIN 0004 (Cleaning Services from 01 Jul 2010 - 30 Sep 2010): CLIN 0005 (Cleaning Supplies from 01 Oct 2009-30 Sep 2010): The Vendor awarded this contract must follow all standards stated in the following Statement of Work. STATEMENT OF WORK DESCRIPTION OF SERVICES: 1. The contractor shall provide all tools, supplies, equipment, transportation and labor necessary to perform lead and hazardous waste decontamination, clean-up, removal and disposal from the Combat Arms firing range, Bldg 1235 and 1239, Whiteman AFB. 2. Provide site health and safety plan satisfying the requirements set forth in OSHA standard 29 CFR Parts 1910 and 1926, 49 CFR 100-199 and 261. The plan will include provisions for proper personal protective equipment (PPE), site security, clean-up, decontamination procedures, medical monitoring, disposition of waste, hazardous waste spill and decontamination contingency plan and emergency procedures. Also be in compliance will all applicable Air Force EPA standards. 3. Quarterly service of the Combat Arms firing range shall include the removal of lead dust and hazardous debris from the range floor, behind the bullet traps, firing platform, air filters, and all water drains. Monthly service will consist of running the deceleration chamber auger system, removing accumulated lead dust and projectile residue from the bullet trap trough. 4. This service will include the removal and disposal of bullet residue from the collection barrels, buckets, air filters and bullet traps, to include the auger system. Replacement of residue collection barrels, buckets and air filters will be provided by the contractor as part of this service. This service will be coordinated with Combat Arms and the contractors as the need arises. 5. The use of an explosion proof HEPA filtered vacuum to remove heavy accumulations of lead dust and nitro cellulose. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, Defense Acquisition Circular 20090115, and Air Force Acquisition Circular 2009-0318. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965. FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.232-18 Availability of Funds; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; AFFARS Clause 5352.201-9101, Ombudsman Clause; WAWF Clause; AFFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, Offeror Representations and Certifications. Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. 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. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) code for this acquisition is 562910. For the purpose of this procurement the small business size standard is $14.0M. Award will be based on the best value to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail addressed to the attention of Paul Denton: 509cons.sollgcb@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of A1C Paul Denton. NOTE: Quotations must be received by 29 September 2009, 1:00 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. The primary consideration in evaluation of quotes received is the overall cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-09-Q-0056/listing.html)
 
Place of Performance
Address: Firiing Range, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN01969465-W 20090926/090925001428-8c25683bde286bb238600715a22b3e64 (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.