DOCUMENT
S -- Lift Station Maintenance - Bid Schedule
- Notice Date
- 7/14/2008
- Notice Type
- Bid Schedule
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-08-Q-0020
- Point of Contact
- Daniel S. Blackmore,, Phone: 6606875431, Carl See,, Phone: 660-687-5425
- E-Mail Address
-
daniel.blackmore@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- THIS REQUIREMENT IS PROVIDED FOR IN THE INSTALLATION'S FY09 EXECUTION PLAN, PENDING CONGRESSIONAL APPROVAL OF THE FY09 APPROPRIATION'S BILL. ALL PRICING FROM OFFERS RECEIVED SHALL REMAIN VALID THRU OCT 31, 2008. 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. Solicitation number FA4625-08-Q-0020 is issued as a request for quotation to service and maintain the Lift Station Wet Wells at Whiteman AFB, MO. The acquisition performance period is for one (1) 12-month base period and three (3) 12-month option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 562111 with the corresponding small business size standard of $11.5 million. This acquisition is set aside 100% for small business concerns. General Wage Decision # 86-0497 Revision 28 dated 1/17/2008 applies to this acquisition and can be found at http://www.wdol.gov/. All offers are to remain valid until 31 Oct. 2008. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. Statement of Work FY 09 LIFT STATION WET WELLS WHITEMAN AIR FORCE BASE, MISSOURI 1. SCOPE: Provide all materials, tools, supplies, transportation, and labor necessary to perform and complete the tasks listed in this Statement of Work. 2. SERVICING AND LIFTSTATIONS: After servicing of lift stations all foreign matter including grease, scum, grit, shall be removed from the entire unit and all parts associated with the unit being serviced. 3. SERVICE FREQUENCY/LOCATIONS: The waste water lift stations shall be serviced a minimum of four times annually. These services shall be performed any time during each quarter of the fiscal year and contractor shall be paid when the service has been rendered. Locations of lift station are identified in this Statement of Work. 4 SCHEDULING OF SERVICES: The contractor shall contact the Civil Engineer (CE) Service Contracts office at (660) 687-2533 at least one week prior to the proposed scheduled service date falling in each month. CE Service Contracts shall coordinate the date(s) and time(s) with the using agencies and provide confirmation of approval of schedule to the contractor. 5 CHECK-IN WITH CE SERVICE CONTRACTS: Upon arrival at the base to perform scheduled service, the contractor shall contact the CE Service Contracts office for validation of arrival. 6. LIFT STATION WET WELLS: Service includes pumping and scraping lift station wet wells at facilities listed below. The contractor shall insure that the bottoms of the wells are thoroughly pumped and cleaned with no debris or sludge remaining. Do to the various numbers of lift stations on the base the list may change then what is listed below; the contractor will only have to service a total six (6) lift station per quarter. Item Building Approximate Gallons Number Number Building Name Per Servicing 1 8506 Cars well Lift Station 400 2 8377 Westover Lift Station 400 3 83235 Lakeside Housing Lift Station 400 4 83227 Engine Maint. 150 5 10-1 AFFF Manhole 150 6 83221 IWW 400 7. EMERGENCY WORK: In the event of required emergency work at the above location, the contractor will be notified outside of the scheduled months. All emergency calls must be responded to within 4 hrs of notification to be charged as emergency work. The Civil Engineer Service Contracts office will provide notification for all emergency work. For any work performed outside of scheduled months, this will count as the upcoming normally scheduled performance for the serviced location(s) only. 8. INSPECTION: Service may be subject to inspection by government personnel at any time. 9 WASTE DISPOSAL: Contractor shall not dispose of any wastes, to include water collected from grit chamber and lift stations on Whiteman Air Force Base. Disposal shall be at an approved off base facility approved for this type of disposal. The name, location, and phone number of the disposal facility shall be provided at the time of start of contract. 10 SERVICE TICKETS: Service tickets shall be provided by the contractor for each of the areas listed in this agreement. As a minimum the tickets shall reflect the date, time, and type of service that was performed with a comments section that allows for description of services provided and notion of any repairs that the unit being serviced may require 11. SECURITY: These services require escorted entry into secured areas; the contractor shall submit the names, last 6 SSN, and DOB of any employees that may enter this area and vehicle make, color and license number for the duration of this agreement. 12. INVOICES: Invoices shall include contract number, date of service, building number and name of location(s) serviced, cost of service at each building, and total cost. Each invoice shall be process through the web site Wide Area Work Flow PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-6, DUNS 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors 52.212-2, Evaluation-Commercial Items 52.212-3, Reps and Certs 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Commerical Items (including the following) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-8, Utilization of Small Business Concerns 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special 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 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Refuse collector, $17.41) 52.216-1, Type of Contract 52.217-8, Option to Extend Services fill-in (30 days) 52.217-9, Option to Extend the Term of the Contract fill-in (a) 30 days, 60 days (c) 4 years 6 months 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344) 52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.203-3, Gratuities 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 October 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail address: daniel.blackmore@whiteman.af.mil; carl.see@whiteman.af.mil; or sent by FAX to (660) 687-5462 to the attention of A1C Daniel Blackmore. NOTE: Quotations shall be received by 04 Aug 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=18c2f144db7079cb58b293f77e73ac1f&tab=core&_cview=1)
- Document(s)
- Bid Schedule
- File Name: FA4625-08-Q-0020 Lift Station Maintenance Bid Schedule. (Bid Schedule.doc)
- Link: https://www.fbo.gov//utils/view?id=537bae10a948debaca600669b8b0fbc9
- Bytes: 28.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: FA4625-08-Q-0020 Lift Station Maintenance Bid Schedule. (Bid Schedule.doc)
- Place of Performance
- Address: Whiteman AFB, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN01613152-W 20080716/080714221953-18c2f144db7079cb58b293f77e73ac1f (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 |