Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
DOCUMENT

B -- Chemical Analysis - Attachments

Notice Date
2/4/2009
 
Notice Type
Attachments
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 27 SOCONS, 511 North Torch Blvd, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-09-Q-0010
 
Point of Contact
Wauleah F Boilore,, Phone: 575-784-1349
 
E-Mail Address
fran.boilore@cannon.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 supplemental with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-30, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115, and Air Force Acquisition Circular (AFAC) 2008-1217. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855- 09-Q-0010 and is a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. This solicitation is a set-aside 100% for small business. The North American Industry Classification System (NAICS) is 541380 Testing Laboratories. Small Business Size Standard is $12.5M. Only one contract will be awarded. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All FAR provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. Shipping should be included in quote. All items shall be delivered FOB Destination to 109 E Trident Ave. Bldg 772, Cannon AFB NM 88103. This solicitation is for the procurement of the following specifications: ANALYTICAL SERVICES TO BE PROVIDED: The listed test methods and EPA methods are those primarily used by Cannon AFB and are not necessarily limited to other methods, nor do they reflect the most current EPA methods which may be available to the Contractor. Contractor is encouraged to provide Cannon AFB with a current menu of test methods, EPA methods and/or services available in respect to this statement of work for incorporation into this contract. The following services are to support Cannon AFB by providing sampling and chemical analysis of soil, water, oil-water separators, hazardous and solid wastes. All sampling and analysis shall be accomplished in accordance with appropriate laboratory methods, ASTM Standard, Environmental Protection Agency (EPA) publication SW-846 as required in 40CFR 260 through 270 and/or current Federal and State regulations at the time services rendered. All test methods used shall be either those specified or subsequent, improved methods accepted by the EPA. A Chain of Custody will be used to assure integrity of analytical results. Final test report shall be mailed to Cannon AFB, NMwithin 15 days. Status reports on analysis in progress will be provided by the Contractor upon Government request. Prices for each analytical analysis listed in the Contract Line Item (CLIN) menu include all required sample preparation methods except where otherwise noted. CLIN DESCRIPTION EPA METHOD UNIT COST__ 0001 Sampling Services: Laboratory will provide sampling support for HR tiny_mce_marker _____ Collection of samples consisting of soil, oil, wastewater, oil-water separator, Monitoring wells, Hazardous waste solids and liquids. Contractor shall use appropriate techniques which include but not limited to, compressed air/gas, hand auger, grab and composite. Time charged under this CLIN include travel time from contractors place of business to the sampling site and return. 0002 Confined Space Entry Sampling: Laboratory must provide necessary EA tiny_mce_marker ______ equipment and trained personnel to comply with all employers, attendant, entrant, and rescue requirements of 40 CFR 1910.146 and applicable requirements, Federal, State and Local requirements. Contractor shall brief Cannon AFB, NM on any hazards which make the space a permit required confined space. CLIN 0001 will not be ordered to coincide with this CLIN. NOTE: FAR 52.212-1 Instructions to offerors - Commercial Items. The following addenda is provided to this provision. Paragraph (b), entitled "Submission of Offers", Request for Quotation submitted shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Names; Address; Telephone Number of Offerer; Terms of the Expressed Warranty; Price; Any Discount Terms and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or email. Paragraph (c), entitled "Period of acceptance of offers" The offerer agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers", Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation -- Commercial Items The following addenda is provided to the provision: The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offerer whose offer conforming to the synopsis/solicitation will be the most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. FAR 52-212-3 Offerer Representations and Certifications -- Commercial Items. Complete only paragraph (j) of this provision if the annular representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 (dev) Contract Terms and Conditions-Commercial Items. FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.222-3 Convict Labor FAR 52.222-26 Equal Opportunity FAR 52-222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Regulation FAR 52.252-1 Solicitation Provisions Incorporated by References FAR 52.252-2 Clauses Incorporated by Reference FAR 52-252-5 Authorized Deviations in Provisions FAR 52-252.6 Authorized Deviations in Clauses DFARS 252.204-7004 Required Central Contractor Registration DFARS 252.212-7000 Offerer Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments program DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings AFFARS 5352.201-9101 Ombudsman (see below POC) ** Lt Col Eric Tsali Brewington, HQ AFSOC/A7K427, Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, phone: (850) 884-3990, DSN 579, fax: (850) 884-2476, email: eric.brewington@hurlburt.af.mil** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 511 N Torch Blvd, Bldg 300, Cannon AFB NM 88103-5109 NO LATER THAN 04:00 pm Mountain Time on 12 February 2009. Quotations may be faxed to 575-784-2959 with a signed original forwarded by mail. Facsimile offers will be accepted. Point of Contact for this Solicitation is: Ms Fran Boilore, 575-784-1349, Fax 575-784-2959 e-mail fran.boilore@cannon.af.mil or Ms Patricia Thatcher, Contracting Officer, 575-784-2890, Fax: 575-784-2959, e-mail patty.thatcher@cannon.af.mil. Point of Contact(s): Fran Boilore, Contract Administrator, Phone 575-784-1349, Fax 575-784-2959, Email fran.boilore@cannon.af.mil Patricia Thatcher, Contract Officer, Phone 575-784-2890, Fax 575-784-2959, Email patty.thatcher@cannon.af.mil Contracting Office Address: Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 511 North Torch Blvd, Cannon AFB, NM, 88103-5109 Place of Contract Performance: Cannon AFB NM 88103
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57e044b2804585304ae6c7a66e0f7743&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: Price List Attach 1 (Price List.doc)
Link: https://www.fbo.gov//utils/view?id=fdee74a17c588ede42468355638dc197
Bytes: 40.00 Kb
 
File Name: Waste Analysis Plan Attach 2 (CANNON AFB Waste Analysis Plan.doc)
Link: https://www.fbo.gov//utils/view?id=876d3b479e3d1dfb3b9cd84f61cad481
Bytes: 303.00 Kb
 
File Name: Table A Attach 3 (TABLE A.doc)
Link: https://www.fbo.gov//utils/view?id=ca5af153269de2108c2752a70a74ad2b
Bytes: 34.50 Kb
 
File Name: SOW Attach 4 (STATEMENT OF WORK.doc)
Link: https://www.fbo.gov//utils/view?id=c4d8efe212f6c00eaad60a75d77d9dc1
Bytes: 37.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Cannon AFB, NM 88103, United States
Zip Code: 88103
 
Record
SN01743851-W 20090206/090204220430-57e044b2804585304ae6c7a66e0f7743 (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.