SOLICITATION NOTICE
99 -- Blanket Purchase Agreement for LBP Bulk Sampling and Testing
- Notice Date
- 2/2/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-04-Q-A002
- Response Due
- 2/13/2004
- Archive Date
- 2/28/2004
- Point of Contact
- Maureen Minshew, Contract Specialist, Phone 702-652-9116, Fax 702-652-2532, - Daryl Hitchcock, Contract Specialist, Phone 702-652-2099, Fax 702-652-9570,
- E-Mail Address
-
maureen.minshew@nellis.af.mil, daryl.hitchcock@nellis.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; price lists are being requested and a written solicitation will not be issued. This solicitation FA4861-04-Q-A002 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. This solicitation is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 9999 and the North American Industry Classification System (NAICS) is 541611. Based on the Size Standards for a small business it is $5.0 million or less average, annual gross revenue for the last three (3) fiscal years. The Contractor shall conduct a physical assessment of each suspect location as identified on the Air Force (AF) Form 332. Determine the presence or absence of asbestos or LBP materials by use of bulk sampling and laboratory analysis. Laboratory analysis must be accomplished by a laboratory accredited by the National Institute of Standards and Technology, under the National Voluntary Laboratory Accreditation Program. The provided AF Form 332 will contain a brief description of future intended work to be accomplished at each specific suspect location. Sampling shall be accomplished using 40 CFR, Environmental Protection Agency (EPA), 29 CFR, Occupational, Safety and Health Administration (OSHA) and Nevada Administrative Code (NAC) guidance and requirements. Lead analysis shall employ the National Institute of Safety and Health (NIOSH) 7082M Standard. Sampling personnel shall be accredited as a State of Nevada (ref NAC 618) and EPA (40CFR) consultant for asbestos and LBP. All Sampling Data shall be provided in a final report to include the following: 1. A copy of the original AF Form 332 containing the identifying Work Order (WO) number and Nellis AFB facility number. 2. A chain of custody with specific identifying numbering for each sample taken. 3. A diagram (accomplished in an electronic format) of the facility/structure being assessed, having sample locations easily identified and referenced to the chain of custody and the statement of identity/results for each specified material. All quotations submitted MUST INCLUDE the following cost data: 1. Professional Services, Hourly Rate ($______). 2. Cost, ea Sample, PLM (asbestos) Analysis by 3-4 day turnaround ($____). 3. Next day turnaround, PLM, ea. ($___). 4. Lead Analysis, Ea Sample, 3-4 day turnaround ($___). 5. Lead Analysis, ea, Next Day ($___). 6. TCLP, ea Sample, 7 day turnaround, ($___). 7. Final Report ($____). Services shall be performed on a on call basis. The Government intends to award at least one Blanket Purchase Agreement (BPA) for services described and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. The Contracting Officer or Authorized Contracting Representative may make requests for services during the period of Award date for Base Year and 3 Option Year Periods. Offeror Representations and Certifications (Attachment 1), Price List Format (Attachment 2) and Past Performance Reference Sheet (a mimimum of three references, Attachment 3) and AF Form 332 Work Order Form (Attachment 4) will be released on the Federal Government Electronic Posting Systems (EPS) site, http://farsite.hill.af.mil. Amendments will be posted on the affected solicitation on the EPS site. It is the Offerors responsibility to monitor this site for release of amendments (if any). The following clauses and provisions can be viewed through internet access at Air Force FAR site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation and subsequent award (as applicable) and incorporated by reference: FAR 52.212-1, Instructions to Offerors ?Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation, the terms of any expressed warranty, price and any discount and delivery times; FAR 52.212-2 Evaluation of Commercial items, award will be made to the responsible, responsive offeror whose offer conforming to the solicitation will be most advantageous and result in the best value to the Government, (i) Price and (ii) Past Performance considered. The provisions at 52.212-3 Offeror Representations and Certifications (Offerors failing to submit completed Representation and Certifications may be considered non-responsive); 52.212-4 Contract Terms and Conditions, Commercial Items, applies to this solicitation. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-19, Child Labor-Cooperation with Authorities and remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products and 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration; 52.233-3, Protest After Award. 52.222-6, Equal Opportunity; 52.222-35, Affirmative Action for disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative action for workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era. The provisions at 52.214-22, Evaluation of Bids ? Multiple Awards; 52.216-27, Single or Multiple Awards; 52.252-2, Clauses incorporated by Reference; 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and 252.225-7017, Prohibition on Award to Companies Owned by the Peoples Republic of China applies to this solicitation. Offerors must include with their quotation a completed copy of provisions at 52.213-3, Offeror Representations and Certifications ? Commercial Items (Attachment 1), Price List Format (Attachment 2) and a Past Performance Reference List (a minimum of 3 references, Attachment 3). Offerors who fail to complete and submit the requirements above may be considered non-responsive. For solicitations issued after 1 Jun 1998 all **contractors are required to be Registered in the Central Contractors Registration (CCR)**. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration may make an offeror ineligible for an award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours. Mail-in registration takes 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax to the fax number below or by email listed below. Quotations and amendments (if any) must be signed, dated and submitted in writing or by fax by 17 February 2004, 2:00 PM Pacific Standard Time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis Air Force Base, Nevada, 89191, Attention Ms Maureen Minshew. Direct any questions concerning this solicitation to Contracting Specialist Ms Maureen Minshew at (702) 652-6005, FAX NO. (702) 652-9570 and Maureen.minshew@Nellis.af.mil or Contracting Officer Mr Daryl Hitchcock at daryl.Hitchcock@nellis.af.mil at (702) 652-2099. Point of Contact Ms Maureen Minshew, Contract Specialist, Phone 702-652-6005, Fax 702-652-9570, Email Maureen.minshew@nellis.af.mil - OR- Mr Dave Tidwell, Contract Specialist, Phone 702-652-2098, Fax 702-652-9570, Email david.tidwell@nellis.af.mil Email your questions to Ms Maureen Minshew at maureen.minshew@nellis.af.mil Place of Performance Address: Deliver to: 99 CES/CEOE Attn: Mr John Krieger 6020 Beale Ave, Bldg 812 Nellis AFB, NV Postal Code: 89191 Country: USA
- Place of Performance
- Address: Nellis AFB NV
- Zip Code: 89191
- Country: USA
- Zip Code: 89191
- Record
- SN00514183-W 20040204/040202211917 (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 |