Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

V -- Fly Ash Removal - Package #1 - Attachments

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0057A
 
Archive Date
3/11/2011
 
Point of Contact
Alicia W. Davis, Phone: 9375224611, Shelley D Deardorff, Phone: 937-522-4525
 
E-Mail Address
alicia.davis@wpafb.af.mil, shelley.deardorff@wpafb.af.mil
(alicia.davis@wpafb.af.mil, shelley.deardorff@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Environment Protection Requirements WPAFB Performance Work Statement Wage Determination Evaluation Factors Instructions to Offerors Solicitation Form 1449 FLY ASH REMOVAL - FA8601-11-R-0085 TYPE OF ANNOUNCEMENT: OFFICIAL SOLICITATION no. FA8601-11-R-0085 NOTE: The sources sought and pre-solicitation notices were previously posted at www.fbo.gov under FA8601-10-R-0057, however a new solicitation number has been created to reflect the current fiscal year 11. PLEASE REFERENCE THE NEW SOLICITATION NO. FA8601-11-R-0085 IN ALL PROPOSALS AND CORRESPONDENCE FROM THIS POINT FORWARD. ALL RESPONSES TO THIS SOLICITATION ARE DUE TO THE POINT OF CONTACT BELOW BY 01:00 EASTERN STANDARD TIME ON THURSDAY, 24 FEBRUARY 2011. The U.S. Air Force requires an experienced provider to provide all personnel, equipment, tools, materials, labor, supervision, and other items and services necessary to perform pick up and disposal of coal ash, a class IV residual waste, from the Base Heating Plants at Wright Patterson Air Force Base (WPAFB), Ohio. The anticipated award is an Indefinite Quantity Contract - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Performance Work Statement (attachment 4). This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is FA8601-11-R-0085 issued as a Request for Proposals (RFP) and is conducted as a commercial item procurement using Negotiation Procedures (FAR Part 15), Lowest Price Technically Acceptable (LPTA). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49, 24 Jan 11. This acquisition is for 100% SET ASIDE TO SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the attached Performance Work Statement are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 562111. Size standard is $12.5 million. There will be a non-mandatory SITE VISIT on Thursday 3 February 2011. Interested offerors are encouraged to come to The Hope Hotel adjoining Wright Patterson AFB at 10AM Eastern Time on 3 February 2011 for a tour of the heating plant facilities. A maximum of two participants from each company will submit their contact information to the contract specialist listed below by NOON eastern time on 1 February 2011. Picture IDs will be required on the day of the visit. This RFP has eight line items (two for each period, 1 base + 4 option periods): To remove fly ash from two Base Heating Plants in accordance with the Performance Work Statement and Wage Determination 2005-2419, Revision 14, dated 10/27/2010, which is available upon email request to Alicia Davis at alicia.davis@wpafb.af.mil. Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications and adhere to FAR 52.212-1, Instructions to Offerors - Commercial. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Proposals MUST contain a complete description of service offered to clearly show service meets the requirements listed in the Performance Work Statement, attachment 4, hereto. MAKE SURE TO VIEW INSTRUCTIONS TO OFFERORS ATTACHMENT 1 FOR SPECIFIC INSTRUCTIONS ON YOUR PROPOSAL. Proposals shall provide a point-by-point comparison to each item listed in the Performance Work Statement. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review proposals based on the Evaluation Factors listed in this solicitation, Attachment 2 and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one Indefinite Quantity Contract resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Proposals, references AND completed representations and certifications, if not available in ORCA, are due by 01:00 pm on Thursday, 24 February 2011, to: Alicia Davis, ASC/PKOB. Fax: 937-904-3637 (ATTN: Alicia Davis). E-mail: Alicia.davis@wpafb.af.mil. Mailing Address: ATTN: Alicia Davis ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Alicia Davis at Alicia.davis@wpafb.af.mil with subject "FA8601-11-R-0085 Fly Ash Removal"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0057A/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02366302-W 20110127/110125234624-9794a71f46574d57dd613d68d139f2bb (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.