Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

ASC/PKWOSB, Room 109, Bldg. 1, Area C 1940 Allbrook Dr., Suite 3 Wright-Patterson AFB, OH 45433-5309, 45433

S -- TRANSPORT AND DISPOSE OF FLYASH SOL F33601-99R9007 DUE 080299 POC Nobuko Flora,(937) 257-6146 ext. 4207 WEB: 99R9007-Transport and Dispose of Flyash, http://www.pixs.wpafb.af.mil/pixslibr/99R9007/99R9007.asp. E-MAIL: floran@pkwsmtp.wpafb.af.mil, floran@pkwsmtp.wpafb.af.mil. Background "Description: TRANSPORT AND DISPOSE OF FLYASH, FACILITIES 20770 AND 31240, WRIGHT-PATTERSON AFB, OH 45433-5309 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. The announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. Solicitation #F33601- 99-R-9007 is Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This acquisition is unrestricted. The associated standard industrial classification (SIC) code is 4953. The small business size standard is $6.0M. This acquisition will utilize the Performance/Price Tradeoff (PPT) technique to make a best value award decision. The acquisition has one line item (0001), and two sub-line items (0001AA-0001AB). All work will be in accordance with the Statement of Work, which can be found in the World Wide Web at http://www.pixs.wpafb.af.mil. Service to be acquired is to test, transport and dispose of flyash in accordance with Ohio Administrative Code (OAC) 3745-30, at Facilities 20770 (LI 0001AA) and 31240 (LI 0001AB). The period of performance is 1 Oct 1999 through 30 Sep 2000. Solicitation Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Oct 1995) is hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items is hereby incorporated by reference. Evaluation criteria to be included in para. (a) of Provision 52.212-2 are as follows: (1) Technical; (2) Price and Performance, which are considered equally important. Price will be submitted by cost per cubic yard, with a yearly total. The schedule that the offeror may use to submit a price proposal can also be found at the above Web location. The evaluation factors are (1) WPAFB acceptance of reutilization/disposal facility approved by Federal, State(s) and Local Agency(s) as applicable, to accept ash of this type and quantities as estimated in the schedule, including a letter or documentation dated within six months certifying approval for the described disposal method, (2) an ash reutilization/recycling program that the offeror proposes; (3) quality assurance and quality control measures for testing the ash samples for parameters as outlined in the statement of work, to include a letter or packet from the intended laboratory stating that their methods meet the Test Methods for Evaluations of Solid Waste (SW846), and (4) transportation means, method, and compliance with all Federal, State(s), and Local regulations for size and weight limitations. The offerors shall provide a technical proposal addressing all the evaluation factors listed above, as well as a list of all relevant past and present contracts performed for Federal, State, or Local Governments, and/or commercial sources, including (1) Company name, (2) Contract number, if applicable,(3) Brief description of the work, (4) Period of performance, (5) Dollar value, and (6) Point of contact including name, phone number. All offerors are to include with their offers a completed copy of Provision 52.212-3, Offeror Representations and Certifications Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995), is hereby incorporated by reference. The following additional FAR clauses which are cited in Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American Act -- Balance Payments Program; 52.232-19, Availability of Funds for the next Fiscal Year; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. Clause 52.223-3, Hazardous Material Identification and Material Safety is hereby incorporated by reference. The following DFARS clauses apply to this acquisition: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, including 252.243-7002, Requests for Equitable Adjustment; and 252.204-7004, Required Central Contractor Registration. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Funds are not presently available for this project. The Government will award a contract from this request for proposals to the responsible offeror whose offer will be most advantageous to the government. The Government reserves the right to award without discussions; accordingly, offerors should submit their best proposal initially. The Government reserves the right to award no contract at all, depending on the quality of proposals submitted and availability of funds. AssignedDefense Priorities and Allocations System rating is DO S10. All proposals are due at 4:00pm EDT on 30 Aug 99 and must be submitted to ASC/PKWOSB, Bldg. 1, Room 109, Area C, Wright- Patterson AFB, OH 45433-5309. Point of Contact is Nobuko Flora at (937) 257-6146 ext. 4207. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations, please contact Nobuko Flora at the aforementioned number. When requested the ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095, ext. 232. " Posted 08/10/99 (D-SN365715). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0124 19990812\S-0007.SOL)


S - Utilities and Housekeeping Services Index Page