Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

S -- Sledge Removal on Fort Carson, Colorado.

Notice Date
5/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-08-T-0088
 
Response Due
5/15/2008
 
Point of Contact
LaChiana Hamilton, (719)526-2338
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0010 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18 effective July 5, 2007. The North American Industrial Classification System (NAICS) number is 562112 and the business size standard is $11.5M. The proposed acquisition is a notice of a Total Small Business Set Aside (FAR 52.219-6, Jun 2003). LINE ITEM/DESCRIPTION: Line ItemDescriptionQuantityUnit 0001Sledge Removal (removal of sledge from 53 containers at various locations across Fort Carson, Colorado; indivual containers range from 250 gallons to 2000 gallons). See attached Performance Work Statement.42,650Gallons Period of Performance: 1 30 June, 2008 This Product must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.) FAR 252.225-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an over all total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332), 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts). Offers must be received NLT 11:00 AM Mountain Standard Time, 15 May 2008, at ACA NR, Directorate of Contracting, ATTN: SFCA NR CR, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit any questions and/or quotes via e-mail to the lachiana.hamilton@us.army.mil or fax TO: MAJ LaChiana A. Hamilton, Contract Specialist (719) 526-5333. PERFORMANCE WORK STATEMENT TESTING, CLEANING AND DISPOSAL OF SLUDGES IN MOTOR POOL WASH RACKS/SAND TRAPS FORT CARSON, COLORADO 1.DESCRIPTION OF WORK. The contractor shall provide all supervision, tools, supplies, equipment and labor necessary to clean out, test and dispose of sludge materials from the motor pool wash racks/sand traps/sewage spills/oil-water separators/ and sludge-sediment beds located at Fort Carson, CO. Service shall be performed in a manner that complies with all federal, state, and local statutes and regulations concerning standards for collection, testing and disposal of sludge. 2.SPECIFIC REQUIREMENTS 2.1.WASH RACKS, SAND TRAPS, WATER-OIL SEPARATORS. The contractor shall pump all oil, oil residue, and remove all material from wash racks, sand traps, and water-oil separators as directed/indicated by the COR. Contractor shall transport all materials from wash racks, sand traps, oil-water separators to an approved off-base disposal facility. Sizes and location of current Fort Carson wash racks/sand traps, oil-water separators, or other sources of sludge listed in table below. If sources are added or deleted during the performance period of this contract, this table will be appropriately modified. Aboveground Storage Tanks with Sludge Requirements LocationCommentsNom Tank Capacity (gals)Fuel TypeSerial Number 1 633 1,000Used Oil953253 2 636 2,000Diesel 809132 3 749 1,000Used Oil567466 4 749 1,000Used Oil570294 5 1382 1,000Used Oil567310 6 1382 500Used Oil567384 7 1382 500Used Oil567387 8 1392 1,000Used Oil567312 9 1392 1,000Used Oil570319 10 139213971,000Used Oil515808 11 1682 1,000Used Oil567261 12 1692 1,000Used Oil567260 13 1882 1,000Used Oil567471 14 1982 500Used Oil567383 15 1982 500Used Oil567399 16 1982 500Used Oil567421 17 2082 1,000Used Oil567311 18 2392 1,000Used Oil567314 19 2392 1,000Used Oil570318 20 2427Auto Craft1,000Used Oil515805 21 2492 1,000Used Oil567464 22 2492 1,000Used Oil570321 23 2792 500Used Oil567328 24 2792 500Used Oil567382 25 7246 250Used Oil982515 26 7426 250Used Oil982516 27 7806 500Used Oil567381 28 8000 1,000Used Oil567394 29 8000 1,000Used Oil567469 30 8000 1,000Used Oil567472 31 8000AOAP400Used Oil(Heptane) 32 8030 1,000Used Oil515806 33 8030 1,000Used Oil567226 34 8030 1,000Used Oil567227 35 8030 1,000Used Oil684379 36 8142 500Used Oil567432 37 8142 500Used Oil567441 38 8152 500Used Oil567386 39 8152 500Used Oil567418 40 8152 500Used Oil567430 41 8152 500Used Oil567435 42 8200 1,000Used Oil570317 43 8300 1,000Used Oil570292 44 8930 1,000Used Oil570304 45 9246 250Used Oil570475 46 9271 500Used Oil567431 47 9551Range Control500Used Oil567440 48 9604 1,000Used Oil570736 49 9609 1,000Used Oil570327 50 9620 1,000Used Oil570325 51 9628 1,000Used Oil570322 52 9628 1,000Used Oil570324 53 9633 500Used Oil567433 TOTAL GALLONS (USED OIL)42,650 2.2.DISPOSAL AND RECYCLING OF HAZARDOUS MATERIAL. All materials removed from sites covered under this contract shall be disposed of outside of US Army property, in an approved facility designed to receive and process such materials, and in accordance with all applicable Federal, State and local environmental laws. The contractor shall recycle all recyclable materials at an approved facility in accordance with standard commercial practices. The contractor shall submit a Recycling Plan on how waste will be recycled, and what percent can be recycled. 2.2.1.DISPOSAL OF SEMI-SOLIDS. The contractor shall provide all supervision, tools, supplies, equipment and labor needed to pick up and dispose of cubic yards of semi-solids from the open trench wash racks, sludge beds and sediment ponds. 2.2.2.DISPOSAL OF LIQUIDS. The contractor shall provide all supervision, tools, supplies, equipment and labor needed to pick up and dispose of gallons of liquid waste from the sand traps and the water-oil separators. 2.3.CONFINED SPACE ENTRY. The contractor shall supply air monitoring devices and all other labor and equipment necessary to clean out building 8,000s water-oil separator. The confined space entry consists of manpower entering into a 6X6 space, and entering a tunnel between 75 to 100. 2.4.TESTING. The contractor shall test all materials to be removed before commencing any cleaning and/or pumping operations. These tests are necessary to determine if materials to be removed contain a hazardous waste. After completion of the initial test, the government and the contractor will jointly determine the frequency of future or follow up testing. An initial testing plan shall be submitted within ten (10) days after award of the contract. Subsequent testing plans shall be submitted within ten (10) days after receipt of initial test results indicate follow-on testing will be required. 2.4.1.If tests indicate a presence of constituents that cause the material to be a hazardous waste, the contractor will immediately notify the COR, who will coordinate with the Directorate of Environmental Compliance and Management (DECAM), for disposal as hazardous waste. Disposal of hazardous waste will not be accomplished under this contract. 2.4.2.Fort Carson requires the following tests be conducted by an approved laboratory on all wash racks serviced under this contract. Sample collections shall be handled in accordance with approved regulatory procedures: Gasoline Range Hydrocarbons/Diesel Range Hydrocarbons TCLP (metals) TCLP Volatiles TCLP Semi Volatiles Paint Filter Test For Fluid samples Ignitability PH (Water) or Corrosivity (Sludge) 2.5.ROLLOFF CONTAINERS. The contractor shall provide watertight roll-off containers as required by the US Army. Roll-off containers may be open top - sealed door or closed top - sealed door designed to transport liquid wastes. The Government will specify where and when the contractor is to place the roll-offs and a date for pick-up. The contractor shall be responsible for the delivery and pick-up of the roll-offs and disposal of the waste that will be collected by the Government. 2.6.SAFETY AND HEALTH STANDARDS. The contractor shall initiate and maintain programs to comply with the provisions of the Occupational Safety and Health Standards Act (OSHA) and any other applicable federal/state/local laws concerning entry requirements in confined spaces and the handling of potentially hazardous substances as pertains to liquid wastes. Twenty-four (24) hours prior to a confined space entry, the contractor shall notify the Contracting Officer Representative (COR), who will notify the Fire Department. 2.7.LICENSES AND PERMITS. The contractor shall be responsible for obtaining all necessary licenses and permits required for performance on this contract. In addition, the contractor shall comply with all federal, state, and local laws, codes, and regulations applicable to the performance of work. The contractor shall provide proof of such applicable licenses and permits upon request of the US Army. Documentation shall be provided to prove that all facilities used in performance of this contract are in compliance with applicable federal, state, and local laws and regulations, including permits for disposal of liquid waste. 2.8.RECORDS. The contractor shall maintain records in sufficient detail to accurately show the dates of material pick ups, sampling results, method of transportation, quantity (in cubic yards or gallons) manifests, and the location(s) and state permit number(s) of the disposal site(s). The contractor shall provide this information to the (COR) within five (5) workdays after each clean-up operation. 3.GENERAL INFORMATION. 3.1.QUALITY CONTROL. Contractor shall develop and maintain a quality control program to ensure testing, cleaning, and disposal services are performed in accordance with standard commercial practices, and in compliance with applicable Federal, State and local statutes. The contractor shall develop and implement procedures to identify and prevent defective services from occurring. 3.2.QUALITY ASSURANCE. The Government will periodically evaluate the contractors performance. Quality assurance surveillance will be performed by the COR in order to ensure compliance with contract requirements. The COR will evaluate the contractors performance through random on-site inspections and through a customer complaint system. Items evaluated by the COR will include timeliness of response, superintendence by contractor, testing /collection of samples, proper and complete cleaning/collection of sludge; transport and disposal of materials collected, and record keeping (manifests and invoices). If the schedule inspection is found defective, the Government will issue the contractor a Contract Discrepancy Report. The Contractor shall reply in writing by the suspense date explaining why performance was unacceptable and how recurrence of the problem will be prevented in the future. 3.2.1.The government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures discovered during quality assurance inspections or because of repeated customer complaints. The government will also receive and investigate complaints from various customers located on the installation. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaints(s) in cases of disagreement with customer(s). 4.3HOURS OF OPERATION. 4.3.1NORMAL HOURS OF OPERATION. The Contractor shall perform normal/routine services required under this contract during the following hours: 7:30 a.m. to 4:00 p.m. Monday, Tuesday, Wednesday and Friday. The hours for Thursday are 1:00 p.m. to 3:00 PM. Routine services shall not be required on Federal Holidays. When a holiday falls on a Sunday, the following Monday will be observed as a holiday and when a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. Any other Congressional or Presidential imposed Federal Holiday. 4.CONTRACTORS PROJECT MANAGER AND SUPERVISORS. The contractor shall provide adequate supervision of all employees to ensure safety and compliance with contract requirements. Within ten days after award of any contract, the contractor shall provide to the Contracting Officer and the COR, in writing, the name and contact information of the project manager and at least one (1) alternate responsible for performance of this contract. The project manager shall have full authority to act on behalf of the contractor. 5.BASE PASSES/ACCESS. Fort Carson is a controlled access military installation. Before commencement of work, the contractor shall obtain passes from the Provost Marshals Office in order to gain access for equipment and personnel performing work on this contract. 5.1.The contractor shall obtain identification and vehicle passes for all contractor personnel who require frequent access to perform work on Fort Carson. The Contractor shall submit a list of employees to the Contracting Office before the contract commences that includes their name and social security number. Upon receipt, the Contracting Office will provide the Contractor with a letter of authorization for the registration process. When registering a vehicle on Fort Carson, a current valid drivers license, vehicle registration, and proof of insurance is required to obtain a vehicle pass. 5.2.Gate 3 is the designated commercial access gate at Fort Carson. All Contractor personnel shall enter Fort Carson through Gate 3 if they are accompanying large commercial vehicles or equipment. Contractor personnel attempting to enter Fort Carson with a small pickup truck or privately owned vehicle may do so through any open gate is convenient to the contractor. 5.3.In the event that personnel are terminated or otherwise released, or if registered vehicles are sold or otherwise disposed of, the contractor shall ensure the vehicle registration decals are physically removed from vehicle windshields, secured in a sealed envelope, and turned into the Provost Marshalls Office. 5.4.Unscheduled gate closures may occur at any time, and all personnel entering or exiting Fort Carson may experience a delay due to vehicle inspections, registrations, wearing of seat belts, etc. Price or schedule adjustments for compliance with security controls or delays resulting from gate closures will be allowed only in the event of exceptional circumstances. To obtain such an adjustment, the Contractor must establish that the control or delay was exceptional and unforeseeable and that the requested additional performance time or cost was a direct result of that delay. 6.CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 6.1.Contracting Office, Contracting Officer, Contracting Officers Technical Representative 6.2.Contract number, including task and delivery order number 6.3.Beginning and ending dates covered by reporting period 6.4.Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 6.5.Estimated direct labor hours (including sub-contractors) 6.6.Estimated direct labor dollars paid this reporting period (including sub-contractors) 6.7.Total payments (including sub-contractors) 6.8.Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different) 6.9.Estimated data collection cost 6.10.Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) 6.11.Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) 6.12.Presence of deployment or contingency contract language 6.13.Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). 6.14.As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c8be9324d7c1da93f99fe366e5abfcd&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN01564926-W 20080503/080501220208-3c8be9324d7c1da93f99fe366e5abfcd (fbodaily.com)
 
Source
FedBizOpps 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.