Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

S -- WWTP DIGESTER TANK SLUDGE REMOVAL SERVICE - SLUDGE REMOVAL STATEMENT OF WORK

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U3141341A003
 
Archive Date
4/26/2012
 
Point of Contact
Michael M. Grado, Phone: 623-856-2790, Gabriel C Groves, Phone: 623-856-3441
 
E-Mail Address
michael.grado@luke.af.mil, gabriel.groves@luke.af.mil
(michael.grado@luke.af.mil, gabriel.groves@luke.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modified sludge removal services statement of work. Added Sludge removal volume and extended close date to 4/11/2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation number (F2U3141341A003) is issued as a Request for Quotation (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F2U3141341A003. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This solicitation is being issued as 100% small business set-aside. The North American Industry Classification System (NAICS) code is 562119 and the size standard of $12.5M applies to this procurement. The Small Business Competitiveness Demonstration Program does not apply. The Defense Priorities and Allocation System (DPAS) do not apply. The requirement is to perform waste water treatment plant (WWTP) digester tank sludge removal services at Luke Air Force Base, AZ, 85309, in accordance with the Statement of Work (see below and attachment). FOB Destination is Luke Air Force Base, Arizona, 85309. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The evaluation will be based on price, technically acceptable offer, and delivery of service. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition. FAR 52.212-3, Oferor Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Small Business Set Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-11, Ozone Depleting Substances; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-4, Alterations in Contract. The following clauses are incorporated by Reference. FAR 52.204-2, Security Requirements; FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-5, Pollution Prevention and Right to Know Info; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-1, Authorization and Consent; FAR 52.233-1, Disputes; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.237-3, Continuity of Services; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.246-15, Certificate of Conformance; FAR 52.252-1, Solicitation Provisions; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.253-1, Computer Generated Forms. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004, (Alt A), Central Contractor Registration (CCR); DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payments; DFARS 252.243-7001, Pricing of Contract Modifications. The following Local clauses apply to this acquisition. G-001, Invoice Information; H-001, Luke AZ State Tax Information; H-002, Contractor Access to Air Force Installation; H-003, Commercial Items-Contract Terms and Conditions; H-006, Required Insurance; H-007, Base Fire Prevention Program; H-008, AF Environmental, Safety & Occupational Health Management Systems (ESOHMS). AFFARS 5352.201-9101, Ombudsman. All clauses can be viewed at http://farsite.hill.af.mil. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database. NO EXCEPTIONS. To register, you may apply through the internet at http://www.ccr.gov. All quotes must be valid for 60 days and e-mailed to michael.grado@luke.af.mil. E-mail domains automatically blocked are: MSN.com; ATT.net; size limit on inbound emails is 10MB.The response due date is 4PM (EDT), April 6, 2012. Quotes received after the closing date and time listed in the document will not be considered. LUKE AIR FORCE BASE WWTP DIGESTER TANK CLEANING SERVICE STATEMENT OF WORK (Also see attached) 1. DESCRIPTION OF SERVICES: The work covered by this statement of work consists of furnishing all plant, labor, equipment, appliances, and materials to pump sludge from the wastewater treatment plant digester in strict compliance with the specifications of this contract. The aeration basin will remain operational during the cleaning. 1.1 MAINTENANCE SERVICES: The contractor shall pump all sludge from the digester. Sludge volume is estimated at 4,300 cubic feet/36,600 gallons. The contractor will remove all material from government property and dispose of at his expense. Disposal will be accomplished in strict compliance with all rules, regulations and codes from local, county, state and federal authorities. The contractor will do an on-site analysis of the pumped product. If the contractor needs further analysis they will not do so unless approved by the contracting officer. The operation must be performed with a truck/tank free from other waste products. The contractor shall submit a written description of any alternate methods or deviations from plans to the contracting officer and obtain approval from the contracting officer prior to performing the work. 2. SERVICE DELIVERY SUMMARY: Performance Objective Performance Threshold Pump sludge products from assigned facilities (Paragraph 1.1) 95 % removal of sludge products Remove residue from surfaces (Paragraph 1.1) 95% removal of residue Disposal of sludge products (Paragraph 1.1) 100% compliance with Codes and Regulations Submit pumping reports (Paragraphs 1.1) 100% accurate reports are delivered within two business days 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES: None 4. GENERAL INFORMATION: 4.1. QUALITY CONTROL: Contractor shall develop and maintain a quality inspection program to ensure pumping services are performed in accordance with all regulatory standards and codes. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The contractor shall identify a specific quality control inspector to contact when the government receives customer complaints. 4.2. QUALITY ASSURANCE: The government will periodically evaluate the contractor's performance by appointing representatives to monitor performance to ensure services are received. The government representative will evaluate the contractor's performance through intermittent on-site inspections of the contractor's quality control program and receipt of complaints from base personnel. The government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. 4.3. GOVERNMENT REMEDIES: The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor's failure to correct nonconforming services. 4.4. HOURS OF OPERATION: The contractor shall establish a work schedule which requires preventive pumping to be performed during normal duty hours 7:00 am to 5:00 pm, Monday through Friday. These hours are concurrent with the local Base Civil Engineer maintenance shops. 4.5. SECURITY REQUIREMENTS: The contractor shall ensure each employee obtains the following pass and identification items applicable for contract personnel and non-government owned vehicles. 4.5.1. AF Form 2219 (Series) Registered Vehicle Expiration 4.6. SPECIAL LICENSURE: Contractor personnel shall be licensed by appropriate agencies to meet local certification requirements in pumping and disposal of sludge products. Persons performing under this contract must have participated in a licensing program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U3141341A003/listing.html)
 
Place of Performance
Address: Luke Air Force Base, AZ, Glendale, Arizona 85309, Glendale, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN02711113-W 20120404/120402234425-636625bd814f2c55f082e2362904a316 (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.