Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2003 FBO #0719
SOLICITATION NOTICE

99 -- Removal and disposal of Debris

Notice Date
11/14/2003
 
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
FA7012-04-T-0032
 
Response Due
11/25/2003
 
Archive Date
11/30/2003
 
Point of Contact
Donna Taylor, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
donna.taylor@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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. FA7012-04-T-0032. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-16. This is a small business set-aside. The North American Industry Classification System code is 562111 (formerly SIC code 4953) at $10.5 million size standard. LINE ITEMS: 0001 Removal and disposal of debris in yard 12 in accordance with the statement of work, QTY: 1/JB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be ?partially? awarded.? INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: GENERAL INFORMATION. 1. DESCRIPTION OF SERVICES. Provide labor, transportation, equipment, fees, and permits necessary to relocate and dispose of debris material in warehouse yard 12 area located on Bolling Air Force Base Washington DC. 2. CONTRACTOR REQUIREMENTS. Provide excavating equipment such as a front-end loader and dump trucks and other equipment necessary to support removing approximately 175 tons of debris from warehouse yard area 12. These services will be paid according to the actual tonnage removed from the site, determined by the official documents submitted such as, recorded weight tickets and dumping fees. The contractor shall obtain these documents from the disposal site representative(s). The disposal site must be Local, State, and Federally approved disposal site. 3. GENERAL INFORMATION. 3.1. HOURS OF OPERATION. Normal Hours of operations are from 7 AM to 4 PM, Monday through Friday. The Contracting Officer or the Contracting Officer Reperesentative must grant prior written approval outside of these hours in writing. 3.2.RECOGNIZED HOLIDAYS: The following is a list of recognized Federal holidays. New Year?s Day, Martin Luther King Jr.?s Birthday, Inauguration Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, 4. SECURITY REQUIREMENTS: The contractor shall ensure each employee obtains the following pass and identification items, as applicable, for contractor personnel and non- government owned vehicles. AF Form 75 shall be submitted to the 11th SP/SPAP, by the (QA) person so that he can obtain passes for the contractor employees after obtaining names and verification of employment from the contractor. Request for passes must be forwarded on company letterhead. 5. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor?s use. All government facilities, equipment, and materials shall be secured. The contractor shall be responsible for placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Standards (OHSA). 6. TRAFFIC LAWS: The contractor and its employees shall comply with base traffic regulations. 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 crisis according to the Department of Defense Instruction (DODI) 3020.37. 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 and is as follows: Add paragraph (k), Site Visit: ? A site visit will be conducted on 20 Nov 03 at 10:00 A. M. EST. We will meet at building 5681, 2nd Floor Lobby. For security reasons, offeror must submit full name and SSN of each representative attending by e-mail or facsimile listed below, to Donna Taylor no later than noon, 19 Nov 03.? Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. 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: 52.203-6 Alt I, 52.209-6, 52.211-15, 52.219-6, 52.222-35, 52.222-36, 52.223-5, 52.232-18, 52.233-3, 52.237-2, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.223-7006, 252.212-7001 (DEV), 252.232-7003, 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: 52.203-3, 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-8, $18.28. The incorporated Wage Determination 1994-2103, dated June 03, 2003, revision 30 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 3:00 P.M. EST on 25 Nov 03 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032-0305 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.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Donna Taylor, Contract Specialist, Phone (202) 767-7874, FAX (202) 767-7896, E-mail to donn.taylor@bolling.af.mil.
 
Place of Performance
Address: Yard 12, Bolling AFB, DC 20032
Zip Code: 20032-0305
Country: USA
 
Record
SN00470342-W 20031116/031114212210 (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.