Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

S -- Oil & Water Separators & Sediment Traps - PWS on FY10-Oil & Water Separators & Sediment Traps

Notice Date
2/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-10-T-5005
 
Archive Date
3/17/2010
 
Point of Contact
Linda J Waldroop, Phone: (719) 556-7991, Allen B. Elliott, Phone: (719) 556-4195
 
E-Mail Address
linda.waldroop@peterson.af.mil, al.elliott@peterson.af.mil
(linda.waldroop@peterson.af.mil, al.elliott@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) for the Oil & Water Separators & Sediment Traps on Peterson Air Force Base Colorado Colorado Area SCA Wage Determination #: 2005-2079, Rev 9 dated 07/30/2009 The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces a combined synopsis/solicitation for a non-personal service to maintain the Oil/Water Separators and Sediment Traps on Peterson Air Force Base (AFB), Colorado in accordance with (IAW) the format in Subpart 12.6 to the Federal Acquisition Regulation (FAR), 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, FA2517-10-T-5005, is being issued as a Request for Quotation (RFQ) to maintain the Oil/Water Separators and Sediment Traps on Peterson Air Force Base (AFB), Colorado and the government contemplates awarding of Firm Fixed Price (FFP) purchase order. The proposed purchase order will be set-aside 100% for small business using the following North American Industrial Classification System (NAICS) codes of either-562111 "Solid Waste Collection" or 562219 "Other Nonhazardous Waste Treatment & Disposal" both with a size standard of $12.5 million. Scope: Provide all management, tools, supplies, equipment, transportation, labor and other items necessary to maintain the oil/water separators and sediment traps on Peterson AFB, Colorado, as described in the attached Performance Work Statement (PWS) dated 9 Feb 2010. Anticipate award date to be: 1 March 2010. The performance period is 1 March 2010 - 28 February 2011. Prospective Contractor quotes shall utilize the below line item structure when preparing quotes: Review the attached Performance Work Statement (PWS) for the technical requirements, quantity and frequency of service for this requirement. Non-personal services for maintenance of the Oil & water Separators and Sediment Traps on Peterson AFB IAW the PWS dated 9 Feb 2010. There will be 2 line items (CLINs) for Scheduled Oil & Water Separator Maintenance and Emergency on-call services. 0001: Routine scheduled maintenance at different frequencies (annually or twice annually) IAW the Performance Work Statement (PWS), Appendix A & Appendix B. 0002: Emergency (On-Call) Service within a 12-month period. Emergency on-call services: The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC) 2005-38 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS) and/or other Mandatory Procedures/ Supplements or Regulations. The website for provisions and clauses may be found at http://farsite.hill.af.mil Federal Acquisition Regulation (FAR) provisions and clauses, but are not all inclusive, apply to this solicitation: Provision FAR 52.252-1, "Solicitation Provisions Incorporated by Reference": This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The following provisions and clauses apply to this acquisition and in order to be considered for this award: 1. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008): At the time of quote submittal, All interested parties must be registered and active in the Central Contractor Registration (CCR) Database (www.bpn.gov/ccr). 2. Provision at FAR 52.212-2(a), Evaluation - Commercial Items (Jan 1999): The intent of the solicitation is to achieve best value for the Government, based on the lowest priced technically acceptable offer IAW the PWS. Therefore, the offeror's initial quote should contain the offeror's best terms; discounts-rebates and price quote including charges or fees. However the Government reserves the right to reject any or all offers if such action is in the public interest. 3. Provision at FAR 52.212-3 Offeror Representations and Certifications (ORCA)-Commercial Items (Aug 2009). All interested parties must be registered in the On-line Representations and Certifications (ORCA) at the time of quote submittal. Website is www.bpn.gov/orca. 4. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009). 5. Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (Deviation) (Sep 2009) 6. Other Clauses that pertain to this award are: a. FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) b. FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989) as follows: Based on the Colorado Area Wage Determination # 2005-2079, Rev 9. Service Contract Act (SCA) wages can be found under http://www.wdol.gov/ (search for employee class # below): Employee Class: 25210-Water Treatment Operator-WG-9 and 31362- Medium Truck Driver WG-7 c. FAR 52.232-18, Availability of Funds (Apr 1984) d. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) e. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) f. DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007) g. DFARS 252.204-7006, Billing Instructions (Oct 2005) h. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) i. DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) j. AFFARS 5352.201-9101, Ombudsman (as prescribed in 5301.9103) (Aug 2005) as follows: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/ MAJCOM ombudsmen, HQ AFSPC/A7K, 150 Vandenberg Street, Suite 1105, Peterson AFB CO 80914-4350; phone number (719) 554-5250; fax number (719) 554-5299, website: A7K.WF@AFSPC.AF.MIL. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, fax number (703) 588-1067. k. AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) l. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) m. Other clauses/information related and incorporated into this award. If a Site Visit is required, please call (719) 556-7991 to schedule the site visit. All individuals (limit two individuals per company) that plan to attend the site visit are required to pre-register at least 2 days in advance of the date and time stipulated for the site visit with the following information: Full name, last four numbers of your Social Security Number; date of birth and place of birth. Submit either by email to linda.waldroop@peterson.af.mil or fax to (719) 556-9291. If Site visit is requested and weather permitting, site visit is schedule for 22 February 2010, time will be determined, with all interested parties being escorted onto Peterson AFB via a Government van. Request for Quote due by 1:00 pm MST, 25 February 2010. Submitted quotes in writing and signed by an individual with the authority to bind their respective company. Quotes may be either mailed to the issuing office at: 21 CONS/LGCAB; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or e-mailed to linda.waldroop@peterson.af.mil or fax to (719) 556-9291 by 1:00 pm (MST) 25 February 2010. Ensure your company is active in the Central Contractor Registration (CCR) and On-line Representations and Certifications are updated in ORCA. Website for both CCR and ORCA is www.bpn.gov/ For your use to provide a Quote for the Oil & Water Separator: FY10 - Non-personal services for maintenance of the Oil & Water Separators and Sediment Traps on Peterson AFB IAW the PWS dated 9 Feb 2010. There will be 2 line items (CLINs) for Scheduled Oil & Water Separator Maintenance and Emergency on-call services, within a 12-month period. Period of Performance: 1 March 2010 - 28 February 2011. 0001: Routine scheduled maintenance at different frequencies (annually or twice annually) IAW the Performance Work Statement (PWS). Fixed Price/per gallon __________ Total Price Service: _______ 0002: Emergency (On-Call) Services: Fixed Price/per gallon ___________ Total Price Service:________ Contractor name: ___________________ Cage Code: ______________ Contractor phone #: __________________________ Offer is good until___________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-10-T-5005/listing.html)
 
Place of Performance
Address: 21 CONS/LGCAB throughout Peterson Air Force Base, 580 Goodfellow Street (Bldg 1324), Peterson Air Force Base, Colorado, 80914-1648, United States
Zip Code: 80914-1648
 
Record
SN02062207-W 20100212/100210234446-544f14a752f213e7bbdfbc496a86a683 (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.