Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

S -- USDA NCAH Wastewater Sedimentation Removal, Chamber Cleaning - DOL Wage Determinations - Statement of Work - Clauses

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
S966-00004
 
Archive Date
12/5/2014
 
Point of Contact
Lara J. Hicok, Phone: 5153377159
 
E-Mail Address
lara.j.hicok@aphis.usda.gov
(lara.j.hicok@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Clauses Statement of Work DOL Wage Determinations 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; quotes are being requested and a written solicitation will not be issued. Solicitation S966-00004 is being issued as a Request for Quotes (RFQ) for commercial service. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective August 1, 2013. The 2012 NAICS code applicable to this acquisition is 562991, Product Service Code S222. This solicitation is for full and open competition, no set-aside is utilized. The USDA/NCAH has a requirement for a contractor to periodically remove non-infectious wastewater sediment and clean compartments as stated in the attached Statement of Work (SOW). Offerors must include all associated costs and state on quotes any variances between their offered products/services and the SOW. Any resulting award from this solicitation will be a fixed price contract for two to three removals/cleaning in a one year period. This project is subject to the Service Contract Act of 1965; the Department of Labor's prevailing wage rates table for Story County, IA is attached. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, offerors shall provide: 1) A quote on company or formal letterhead, complete with DUNS number, detailing the offered work description, comparison to the posted SOW, acceptable payment method (credit card, ACH/EFT or either) price per cleaning and total maximum price. 2) At least 3 references. (Government references preferred but will accept commercial references). References shall be provide for the service proposed, or similar, and if possible, include the email address of the references person to be contacted. 3) BioPreferred (BP) and Environmentally Preferreable (EP) supplies suitable for use in their project. Product categories are listed here: http://www.biopreferred.gov/ProductCategories.aspx with minimum biobased content standards. Product verification and a BP catalog can be found here: http://www.biopreferred.gov/bioPreferredCatalog/faces/jsp/cataloglanding.jsp. EP categories are listed in the second section here: http://www.epa.gov.epp.pubs/products/construction.htm. If BP and/or EP products are unable to meet the SOW requirements, a statement from the Offeror as to such must be included. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer to be considered.\ NOTE: Vendors MUST have a SAM record (www.sam.gov) showing "ACTIVE" at the time of quote submittal to be considered for award. 52.212-2 Evaluation-Commercial Items (JAN 1999) a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical acceptability of offered services. 2) Best overall value to the Government 3) Past performance as stated by references. Technical and past performance, when combined, are approximately equal to cost or price. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer)., whether or not there are negotiations after it se receipt, unless a written notice of withdrawal is received before award. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract will be from approximately November 21, 2014 through September 2015. DELIVERY: FOB Destination. DELIERY TO: USDA/NCAH, 1920 Dayton Avenue, Ames, IA 50010 Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement if any. Furnish quotes to Lara Hicok, Purchasing Agent, USDA-NCAH, 1920 Dayton Avenue, Ames, IA 50010 no later than 10:00 am CST November 20, 2014. Quotes and other required documents may be submitted by email: lara.j.hicok@aphis.usda.gov or facscimile (515-337-7247 if desired. NO EXPECTIONS OR EXTENSIONS WILL BE GRANTED FOR QUOTES SUBMITTED TO AN ERRONEOUS EMAIL ADDRESS, RERRONEOUS FAX NUMBER OR WHO MISSED THE POSTED DEADLINE. Additional information may be obtained by contacting the Purchasing Agent at lara.j.hicok@aphis.usda.gov. No agreements, contractual obligations or official information related to this solicitation will be offered by phone. STATEMENT OF WORK WASTEWATER SEDIMENTAITON TANK SEDIMENT REMOVAL USDA National Center for Animal Health Ames, IA Background: The wastewater sedimentation tank located at the south campus of the national Center of Animal Health (NCAH) is divided into two compartments for settling sediment out of the wastewater from non-infectious animal barns. Animal waste is generated by cattle, horses, sheep, poultry and other species. Wastewater is run through one of the two compartments until the sediment is too dense and the settling tank becomes ineffective. This is determined by testing the solids content of the wastewater downstream from the sedimentation tank. At that point, the wastewater is directed through the second compartment. The scope of this work is to clean one compartment every four months as determined required by USDA/NCAH personnel. Each compartment of the sedimentation tank is approximately 8' wide by 35' long by 5' deep at the outflow and inflow. Volume is approximately 10,500 gallons per compartment. The following scope is intended to be priced per cleaning during the period of performance. Scope: A) Mobilization to the USDA/NCAH location at 1920 Dayton Avenue, Ames, IA, 50010. B) Remove non-infectious animal waste material utilizing an industrial vacuum process. Active side of the tank to remain actively flowing at all times during this process. C) Enter the below grade tank and power wash the interior, ensure that all feathers have been removed from the screens and there is one inch or less of sediment remains in the tank. D) Collect residual material and cleaning rinsate with a vacuum. E) Refill tank with clean water following inspection by USDA representative. A three (3) inch hydrant water connection is available within 80 feet of sediment tank; if you plan to use this source, proper backflow prevention will be furnished and employed by contractor. F) Once refilled, USDA/NCAH personnel will switch valves to activate clean compartment and make the other compartment inactive. G) The sediment tanks have been tested, the Des Moines Metropolitan Wastewater Reclamation Facility (WRF) has agreed to accept waste to be processed in their anaerobic digester during this event and future events at a rate of tiny_mce_marker.1862/gallon plus fees. This rate was a direct quote to USDA/NCAH on 9/18/09. This quote was based on the high solids concentration o the material, if the cleaning process adds significant amount s of water, the pricing structure may differ. Contractor shall take this into consideration before submitting their proposal to USDA/NCAH. H) Transport and offer for disposal of all collected liquid, debris and rinsate to the Des Moines Metropolitan Wastewater Reclamation Facility (DMWRF) located at 3000 Vandalia Rd, Des Moines, IA. Arrangements are to be made ahead of time with the following individual: Point of Contact: Mr. Larry Hare, 515-323-8010. I) Waste hauler must provide evidence of active licensure with WRF. J) Contractor shall document to the USDA/NCAH that the proper decontamination of all reusable equipment. Although the wastewater material is generated from non-infectious animals, you are expected to decontaminate reusable equipment utilizing industry standards. K) Contractor shall provide USDA/NCAH with proper documentation of waste disposal from the WRF. L) Contractor shall be responsible for payment to DMWRF of all costs/fees associated with waste disposal/treatment to include costs that may be incurred concerning waste testing, etc. by the WRF. M) The DMWRF has stated that they do not require a non-hazardous waste statement from the USDA/NCAH. Should a non-hazardous waste statement be required by the contractor, the form may be presented to Karla Tebben (USDA/NCAH Environmental Protection Specialist) for completion. Karla.k.tebben@aphis.usda.gov. N) Contractor shall begin work no later than 14 days after receiving Notice to Proceed by authorized USDA/NCAH personnel. O) Contractor shall notify USDA/NACH Facilities Engineering Unit at least one day prior to starting work at the location. Point of Contact: Dale Willis: 515-337-7260 or 515-337-7328. Contractor Safety Plan must be provided before work is started. Contractor must provide a comprehensive written safety plan including permit required for confined space entry plans. Contractor will provide detailed description of all personal protective equipment to be employed. Contractor will provide training certificates for employees for all safety procedures begin employed and for all equipment operated for this project. Contractor will provide calibration data on air monitoring equipment. Contractor will provide decontamination procedures to be used for this project. Allow three (3) business days for USDA/NCAH Industrial Hygiene and Safety office to review said plans/documents. Contractor will provide latest annual test report for the RPZ backflow, if using USDA/NCAH water source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b6645544d6b85973c426b183efa7125)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN03569430-W 20141109/141107234127-3b6645544d6b85973c426b183efa7125 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.