Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2003 FBO #0666
SOLICITATION NOTICE

S -- Maintenance of Oil/Water Separators, and Grease Traps

Notice Date
9/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0191
 
Response Due
9/29/2003
 
Archive Date
10/14/2003
 
Point of Contact
Lynda Akerson, Contracts Manager, Phone 202-767-7961, Fax 202-767-7897, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
lynda.akerson@bolling.af.mil, valerie.gaines@bolling.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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0191. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This is a small business set-aside requirement. The North American Industry Classification System code is 213112 (formerly SIC 1389 code) at $5 million size standard. NONPERSONAL SERVICES LINE ITEM: Interested contractors must bid on all or none of the services required. 0001. Bldg 8, Auto Hobby Shop, (one) 500 gallons oil/water separator, QTY: 4 quarters, UNIT PRICE $_________, EXTENDED PRICE, $_______. 0002. Bldg 8, Auto Hobby Shop, (one) 500 gallons, water claim system, QTY: 4 quarters, UNIT PRICE $_________, EXTENDED PRICE $_________. 0003. Bldg 8, Auto Hobby Shop, (one) 500 gallons, oil water separator, QTY: 4 quarters, UNIT PRICE $________, EXTENDED PRICE $_________. 0004. Bldg 50, Officer's Club, (two each) 300 gallons, grease trap, QTY: 12 months (twice per month), UNIT PRICE $_________, EXTENDED PRICE $_________. 0005. Bldg 362, Base Motor-Pool, (two each) 500 gallons, oil/water separators, QTY: 4 quarters, UNIT PRICE $__________, EXTENDED PRICE $__________. 0006. Bldg 364, Base Motor Poll Wash Rack, (one) 500 gallons, oil water separator, QTY: 4 quarters, UNIT PRICE $_________, EXTENDED PRICE $________. 0007. Bldg 1301, Dining Facility, (two each) 300 gallons, grease trap, QTY: 52 weeks, UNIT PRICE $___________, EXTENDED PRICE $_________. 0008. Bldg 1310, Bowling Alley, (one) 300 gallons, grease trap, QTY: 12 months, UNIT PRICE $_________, EXTENDED PRICE $________. 0009. Bldg 2482, Slip-Inn, (one) 300 gallons, grease trap, QTY: 12 months, UNIT PRICE $__________, EXTENDED PRICE $________. 0009. Bldg 2482, Slip-Inn, (one) 300 gallons, grease trap, QTY: 12 months, UNIT PRICE $________, EXTENDED PRICE $__________. 0010. Bldg 4500, Burger King, (one) 300 gallons, grease trap, QTY: 12 months, UNIT PRICE $________, EXTENDED PRICE $_________. 0011. Bldg 4514, Base Exchange, (one) 500 gallons, oil water separator, QTY: 4 quarters, UNIT PRICE $___________, EXTENDED PRICE $__________. 0012. Bldg 4570, Commissary, (one) 300 gallons, grease trap, QTY: 12 months, UNIT PRICE $__________, EXTENDED PRICE $________. 0013. Bldg 4456, Child Development Center, (one) 200 gallons, grease trap, QTY: 4 quarters, UNIT PRICE $_______ , EXTENDED PRICE $_________. STATEMENT OF WORK: 1. BASIC SERVICES. Provide all supervision, personnel, equipment, transportation, material and other items and services necessary to maintain oil/water separators, and grease traps located at Bolling AFB, DC for the period of 1 Oct 03 thru 30 Sep 04 in accordance with the Statement of Work. Work shall comply with government and commercial standards. 1.1 List of grease traps and oil separators and their locations: Bldg 8, 1-500 gallons oil water separator, location: west side, quarterly; Bldg 8, 1-500 gallons, water claim system, location: Northwest, quarterly; Bldg 8, 1-500 gallons, oil water separator, location: car wash pit, quarterly; Bldg 50, 2-300 gallons, grease trap, location: North of loading dock, bi-monthly; Bldg 362, 2-500 gallons, oil water separators, location: north end location, quarterly; Bldg 364, 1-500 gallons, oil water separator, located: North end, quarterly; Bldg 1301, 2-300 gallons, grease trap, located: East side, weekly; Bldg 1310, 1-300 gallons, grease trap, located: South east side, monthly; Bldg 2482, 1-300 gallons, grease trap, located East on loading dock, monthly; Bldg 4500, 1-300 gallons, grease trap, located: North in driveway, monthly; Bldg 4514, 1-500 gallons, oil water separator, located: East side, quarterly; Bldg 4570, 1-300 gallons, grease trap, located: North side of loading dock, monthly; and Bldg 4456, 1-200 gallons, grease trap, located: southwest, quarterly. 2. SPECIFICATIONS AND DESCRIPTION OF WORK. The contractor shall pump and clean grease traps and oil separators on a regular schedule as indicated in paragraph one (Basic Services). The following list of federal regulations pertaining to liquid wastes is not all-inclusive: Resource Conservation and Recovery Act (as amended by the Hazardous and Solid Waste amendments of 1984), subtitle C, ?Hazardous Waste Management.?; Oil Pollution Act of 1990, Section 1001; The Clean Water Act, Title 3, ?Standards and Enforcement?, and Title 4, ?Permits and Licenses?; Title 40 CFR 260-282, ?Hazardous Waste?; Title 40 CFR Parts 104-149 ?Water Programs?; Title 40 CFR Part 110, ?Discharge of Oil?; Title 40 CFR Part 112, ?Oil Pollution Prevention?; Title 40 CFR Part 401-471, ?Effluent Guidelines and Standards?; and Title 40 CFR Subpart F, ?Releases from Solid Waste Management Units?. 3. OIL/WATER SEPARATORS. Prior to cleaning and pumping operations, the contractor shall perform appropriate tests of the contents (floating materials, liquid and sludge) to determine if the materials are hazardous waste. If such tests indicate a presence of hazardous materials in the separator, the servicing of the separator shall be terminated and the contractor shall contact the Quality Assurance (QA) Person, who will contact the installation environmental office. The environmental office shall be responsible for disposal of hazardous contents. If non-hazardous, the contractor shall proceed with the cleaning. Pump all oil, oil residue and other waste from separators. Drain separator completely. Inspect all parts for problems. Wash and drain the separator and fill with clear water as required for the unique configuration of the separator. Transport all materials from oil/water separators to an approved off-base oil recovery and storage facility. 4. GREASE TRAPS. Pump out all grease and residues from trap; remove waste build up from trap or pit walls and all associated equipment within the pit. Flush down with water and pump out remaining residue as required by the unique configuration of the grease trap. Residual or recharge water must be higher than lower inlets. Clear obstructions in inlet/outlet pipes to ensure unrestricted flow. Transport all materials from grease traps to an approved off-base recovery and storage facility. Provide the government with copies of all disposal manifest. 4.1. Provide five (5), two (2) drum secondary containment work stations with ten (8) fifty five gallon drums. Fifty gallon drums shall allow easy access for pouring and pumping used cooking grease. Containments shall be placed at the following facilities: Bldg 50 - Officer Club; Bldg 1301 - Dining Hall; Bldg 1310 - Bowling Alley; and Bldg 2482 - Slip Inn. 5. EMERGENCY SERVICE CALLS. Normally, all work will be in accordance with the contractor?s work schedule. Unexpected services may be required in the event of natural disasters or other unscheduled repairs to pipes or other infrastructure involving oil/water separators, grease traps and septic tanks. In the event that servicing is required outside the contractor?s schedule, the contractor shall begin the service within 12 hours after notification. 6. SAFETY AND HEALTH STANDARDS. The contractor shall initiate and maintain programs to comply with the provisions of the Occupational Safety and Health Standards Act concerning entry requirements in confined spaces and handling potential hazardous substances. The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 7. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide water and sewage for all operations under this contract. 8. GENERAL INFORMATION. 8.1. QUALITY ASSURANCE. The government will evaluate the contractor?s performance in accordance with the Quality Assurance Surveillance Plan. 8.2. 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. 8.3. HOURS OF OPERATION. 8.3.1. Normal operating hours are from 7:00 AM to 4:00 PM, Monday through Friday, except for recognized Federal Holidays. 8.3.2. Recognized Holiday. The Contractor is not required to provide services on the following days: New Year?s Day, Labor Day, Martin Luther King Jr.?s Birthday, Columbus Day, President?s Day, Veteran?s Day, Memorial Day, Thanksgiving Day, Independence Day, and Christmas Day. 8.4. SECURITY REQUIREMENTS. 8.4.1. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling AFB, shall abide by all security regulations of the installation. 8.4.2. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass, and DD Form 1172, Application for Uniformed Services Identification Card, and submit it through the contracting officer to the Security Forces Pass and Registration. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicle to be registered. 8.4.3. Lost vehicle and entry shall be reported immediately to Security Forces and the QA. 8.4.4. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 8.5 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency services as indicated above, unless otherwise directed by an authorized government representative. 8.6. SPECIAL QUALIFICATIONS. Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of oil/water separators and grease traps. The contractor shall ensure complete and satisfactory performance of all work in accordance with the terms of the contract. 9. ESTIMATED WORKLOAD DATA: Clean and maintain oil/water separators, 500 -2500 gallons; clean and maintain grease traps, 1800 gallons; sampling and analysis and check for hazardous waste, 4 each; dispose of waste oil, 4 dumps; and dispose of waste grease, 12 dumps. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Add paragraph (m) "A site visit will be conducted on Thursday, 25 September 2:00 pm EST at the 11th Contracting Squadron, Bldg 5681, 2nd Floor, Bolling AFB DC. Attendees must enter Bolling AFB through the south gate off interstate 295 to be processed at the visitor center. (NOTE: IT WILL TAKE APPROXIMATELY 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE ARRIVE AT THE VISTOR CENTER BY 13:00 PM.) Attendees must have a picture ID, registration, and proof of vehicle insurance in their possession. Each offeror may send up to two (2) representatives. For security reasons, offeror must submit full name and social security number of each representative to 2nd Lt Lynda Akerson at 202-767-7961 or email lynda.akerson@bolling.af.mil no later than 24 Sep, 4:00 pm EST. If there are any questions after the site visit, they must be submitted in writing by 12:00 pm EST, 26 Sep 03 in order to be answered prior to proposal due date. Offerors are not required, but strongly encouraged to attend the site visit." Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.233-3, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42. THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Truck Driver, Monetary Wage-Fringe Benefits: WG-7, $15.72, and 52.223-5, 52.225-13 and 52.232-33. The incorporated Wage Determination 1994-2103, dated 3 June 2003, revision 30 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 12:00 P.M. EST on 29 September 2003 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov/far. Questions concerning this solicitation should be addressed to 2Lt Lynda Akerson, Contract Specialist, Phone (202) 767-7961, FAX (202) 767-7897, E-mail to Lynda.akerson@bolling.af.mil .
 
Place of Performance
Address: 110 Luke Ave, Ste 200, Bolling AFB DC 20032
Zip Code: 20032
Country: US
 
Record
SN00439290-W 20030924/030922213246 (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.