Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2003 FBO #0432
SOLICITATION NOTICE

99 -- Solid Waste Disposal for Clear Air Force Station, AK

Notice Date
2/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
Reference-Number-FU252233290200
 
Point of Contact
Matthew Buchanan, Contract Administrator, Phone 907-377-3328, Fax 907-377-2389, - Charles Ferro, Contract Specialist, Phone 9073773328, Fax 9073772389,
 
E-Mail Address
matthew.buchanan@eielson.af.mil, charles.ferro@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation F2475C236501 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This acquisition is 100% set-aside for small businesses under NAICS code 5621111, which has a small business size standard of $10.5 million. The requirement consists of the following, (CLIN #, Quantity and Unit of Issue, Description;) IAW the following statement of work: This statement of work (SOW) details the requirements for the disposal of the solid waste generated at Clear Air Force Station (CAFS). The services provided to CAFS by the Contractor will be continuous and ongoing. A schedule will be established that maintains adequate solid waste storage at the facility and meets facility operating requirements. Installation Description; CAFS is located approximately 78 miles southwest of Fairbanks, Alaska on the George Park?s Highway. The primary mission at CAFS is to collect Ballistic Missile Early Warning System (BMEWS) data. The secondary mission is to track satellites and space debris. The facilities at CAFS support this mission. The facilities at CAFS are shown on Figure 2. The Composite Area includes administration offices (Building 201 and 202), personnel quarters (Buildings 203-204), supply (Building 250 and 252), CAFS Fire Department (Building 251), and vehicle maintenance (Building 196). The Camp Area buildings include Civil Engineering offices, shops, and storage buildings, auxiliary dorm buildings, and Security Forces. The coal-fired power plant produces the electricity and heat for the site and includes Buildings 111 to 115. The current radar system, the Solid State Phased-Array Radar System (SSPARS), is located in Building 800. One office in building 101 (PMEL) and one office in building 102 (JRCS) are still occupied ten hours a day by a total of five people each day, Monday through Friday. Otherwise, buildings 101 through 106 are no longer occupied. Solid Waste Generation and Storage; CAFS employs approximately 80 military personnel, 50 civil service personnel, and 200 contractors. The CAFS facilities include 263 dorm rooms in the Composite Area and 150 dorm rooms in the Camp Area to house these employees. The majority of the military and half of the civil service personnel consider CAFS their primary residence. The majority of the contractor personnel live at CAFS for approximately 169 days per year. CAFS produces approximately 6760 cubic yards or 1690 tons of municipal solid waste per year. An average of 130 cubic yards or 325 tons of municipal solid waste are generated per week. CAFS will continue to use Dumpsters for solid waste storage. The location of the solid waste collection Dumpsters is shown in Figure 3. Each Dumpster is indicated by a red dot. Because of the small capacity of the Dumpsters, some areas maintain multiple Dumpsters for solid waste storage. The Dumpsters are eight-yard flat top, front-loading containers manufactured by the Cascade Container-Fab Company, a Division of McLestkey Enterprises, Inc. and located at 26406 NW 19th Avenue, Ridgefield, WA 98642 (1-800-628-8722). The Dumpsters have outside dimensions of 80-inch length, 72-inch width, and 75-inch height. The fork holes run the depth of the Dumpster and are 9 inches high by 4 inches wide. The Dumpsters are a standard front-loading Dumpster and meet ANSI standard Z245.3. All trucks with adjustable forks will be compatible with the Dumpsters. CONTRACTOR REQUIREMENTS; This section details the requirements of the Contractor to dispose of the solid waste from CAFS. Disposal; The Contractor will dispose of all solid waste from CAFS in a Landfill approved by the Alaska Department of Environmental Conservation (ADEC). The Denali Borough Landfill is the closest landfill to CAFS that meets these requirements. The Contractor will provide the CAFS Environmental Health Services Department with a current solid waste disposal permit issued by the ADEC. The landfill will be inspected by the ADEC as appropriate and the Contractor will provide CAFS Environmental Health Services Department with a copy of all inspections. Additionally, the Contractor will allow the Air Force or personnel designated by the Air Force to inspect the landfill annually or with a frequency to be established by the Air Force. Any discrepancies noted by the Air Force designated personnel will be addressed by the Contractor to meet the satisfaction of the Air Force. Billing; The Contractor will bill the Air Force on a monthly basis, or as determined by the Air Force Finance Manager. Each invoice will reference the contract number to expedite processing and payment. A copy of the monthly invoice will be sent to 13 SWS, P.O. Box 40013, Clear AFS, AK 99704-0013. 3.0 HAZARDOUS MATERIALS; The Contractor will provide the Environmental Health Services office with an inventory of all hazardous materials brought onto CAFS property. The Contractor will properly dispose of any waste produced from the use of hazardous materials at CAFS. The Contractor will remove all remaining hazardous materials brought to CAFS after the required work has been performed. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.217-8 Option to Extend Service 52.217-9 Option to the Term of the Contract 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41, Service Contract Act of 1965, as amended; 52.232-33, Payment by Electronic Funds Transfer - - Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.225-7009, Duty Free Entry -- Qualifying Country Supplies (End Products and Components); 252.225-7036, Buy American ? North American Free Trade Agreement; 252.225-7036, Alt I, Implementation Act ? Balance of Payments Program; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Wage Determination # 94-2017 rev 27 applies to this procurement in full force and effect. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 ? 2389, by email to matthew.buchanan@eielson.af.mil, or by mail to 3112 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 10 May 2002 to be considered for award. If any information regarding the solicitation is required, please contact Lt Matthew Buchanan in any of the above methods, or by telephone at (907) 377 - 3326. The Government reserves the right to award without discussions.
 
Place of Performance
Address: 13th SWS/FMB, Clear Air Force Station, AK
Zip Code: 99704
Country: USA
 
Record
SN00253663-W 20030207/030205213553 (fbodaily.com)
 
Source
FedBizOpps.gov 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.