Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
MODIFICATION

99 -- Oil/Water Separator - Q & A from Site Visit

Notice Date
8/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB000176A001
 
Archive Date
9/2/2010
 
Point of Contact
Art M. Aragon, Phone: 8502838635, Dennis A. M. Landry, Phone: 8502830061
 
E-Mail Address
Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil
(Arthur.Aragon2@Tyndall.af.mil, dennis.landry@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sign in log for those who were present for site visit Questions and Answers from site visit 9 Aug 2010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The solicitation reference number F4AB000176A001 is issued as a Request For Quote (RFQ). This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 237110. The business size standard is $33,500,000. The Federal Supply Class (FSC) is 4610. Contractor shall provide and install a Stainless Steel above Ground Sewer Pre-treatment System. This RFQ consists of the following Contract Line Item Numbers (CLINS): CLIN 0001: Oil Water Separator (see below for specifications) System shall have the following items: - 1-10 GPM Above Ground Clarifier Oil/Water Separator with a 55 degree hopper - Media designed to remove oil droplets greater than 20 microns with a Reynolds Number of less than 500 - Automated self-cleaning multi-media and carbon filter tanks - 1.5 HP re-circulation and re-pressuration pumps - Ozone system to control odors up to 3 gms per hour - Two (2) 500 gallon poly water management UV protected tanks with float switches - Sump Pump, Air Diaphragm Transfer Pump and Pneumatic Level Sensor CLIN 0002: Installation of CLIN 0001 (see below for specifics) Installation shall consist of the following: - Construct Wash and Equipment Pads - Wash Pad is required to bear the weight of 24 ton vehicles - Excavate and fill to final grade, compact areas for pads - Form and pour new equipment concrete pad (Approx 22'x12', at least 4" thick with rebar) - Form and pour new wash concrete pad (Approx 22'x32', at least 8" thick with rebar) - Install new pre-fabricated sump pit with grate system - Install underground piping connecting sump to equipment pad - Remove debris - Install the closed loop system. - Provide training on operation of the system ** Contractor is required to obtain necessary permits. NOTE - Government will complete the electric work to supply power and provide an air supply line. All quotes must reflect FOB Destination. SITE VISIT IS REQUIRED PRIOR TO BIDDING. See Attached Word Document Labeled "Oil_Water_Site_Visit" for site visit information. Past Performance Questionnaire. Required information for each contract can be found at Attachment- Past and Present Performance Questionnaire. The Offeror shall complete Attachment Past and Present Performance Questionnaire, Section A for each contract, and submit the questionnaire to the respective customer POC for completion. The Government requests the Offeror send a Past and Present Performance Questionnaire to each Points of Contact (POC) identified for past and/or present performance. The POCs should then submit completed questionnaires directly to the Contracting Officer for this solicitation by proposal due date. Once the questionnaires are completed by the POCs, the information contained therein shall be considered sensitive and shall not be released to the Offeror. A cover letter for transmitting the questionnaire to each POC is provided. See Attachment labeled "Past and Present Performance Questionnaire." Past Performance Questionnaires are due no later than 4:30 p.m. CST on 13 Aug 2010 via email at Arthur.Aragon2@Tyndall.af.mil. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item(s) offered to meet the Government's requirement, past performance, and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability (Items quoted shall meet or exceed specifications outlined in above CLINS) 2. Past Performance 2. Price Technical evaluation factors when combined will be significantly more important than past performance and price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFAR/AFFAR provisions/clauses apply to this acquisition: FAR 52.212-1 - Instruction to Offerors - Commercial Items - (Jun 2008) FAR 52.212-2 - Evaluation-Commercial Items - (Jan 1999) FAR 52.212-3 Alt I - Offeror Representations & Certifications-Commercial Items - (Apr 2002) FAR 52.212-4 - Contract Terms &Conditions-Commercial Items (Mar 2009) FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items - (July 2010) FAR 52.219-1 Alt 1 - Small Business Program Representations - (May 2004) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-28 - Post-Award Small Business Program Rerepresentation - (Apr 2009) FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-6 - Davis-Bacon Act (July 2005) FAR 52.222-7 - Withholding of Funds (Feb 1988) FAR 52.222-8 - Payrolls and Basic Records (Feb 1988) FAR 52.222-9 - Apprentices and Trainees (July 2005) FAR 52.222-10 - Compliance with Copeland Act Requirements (Feb 1988) FAR 52.222-11 - Subcontracts (Labor Standards) (July 2005) FAR 52.222-12 - Contract Termination-Debarment (Feb 1988) FAR 52.222-13 - Compliance with Davis-Bacon and Related Act Regulations (Feb 1988) FAR 52.222-14 - Disputes Concerning Labor Standards (Feb 1988) FAR 52.222-15 - Certification of Eligibility (Feb 1988) FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (July 2010) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 - Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-50 - Combat Trafficking Persons (Feb 2009) FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.247-34 - F.O.B. Destination (Nov 1991) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations in Clauses (Apr 1984) ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFAR 252.204-7003 - Control of Government Personnel Work Product - (Apr 1992) DFAR 252.211-7003 - Item Identification and Valuation (Aug 2008) DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010) DFAR 252.225-7000 - Buy American Act-Balance of Payment Program Certificate (Dec 2009) DFAR 252.225-7001 - Buy American Act-Balance of Payment Program (Jan 2009) DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors (Apr 2003) DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFAR 252.232-7010 - Levies on Contract Payments - (Dec 2006) DFAR 252.247-7022 - Representation of Extent of Transportation by Sea - (Aug 1992) DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea (May 2002) AFFAR 5352.201-9101 - Ombudsman (Apr 2010) WAWF Information Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Quotes may be transmitted by e-mail or to fax number (850) 283-0061, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 4:30 p.m. CST on 18 Aug 2010. The point of contact for this solicitation is 1Lt. Art Aragon Contract Specialist, (850) 283-8635, arthur.aragon2@tyndall.af.mil. Alternate point of contact is SSgt Dennis Landry, Contract Specialist, (850) 283-0061, dennis.landry@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB000176A001 /listing.html)
 
Place of Performance
Address: 139 Barnes Drive, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02236850-W 20100813/100811235441-d266d635171017bf4e392afd1fc4686b (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.