Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

H -- Environmental Consulting Services - ATTACHMENT 1

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-09-Q-B010
 
Archive Date
6/20/2009
 
Point of Contact
David D. Tidwell Sr., Phone: 702-652-2295
 
E-Mail Address
david.tidwell@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications Past Performance Questionaire This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR), with the format in Subpart 12.6 of the FAR, 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. The solicitation number is FA4861-09-Q-B010 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 the Federal Acquisition Circular 2001-04. THIS SOLICITATION is 100 % SET ASIDE FOR SMALL BUSINESS. The Standard Industry Classification (SIC) for this solicitation is 8748 and the North American Industry Classification Systems (NAICS) is 541620. Based on the size standard for small business of $6.5M. Award will be made on or about 1 July 2009 for a five (5) year period through 30 June 2015. The Government intends to award at least one Pre-Priced five (5) year Blanket Purchase Agreement (BPA) for non-personal services described below and may award multiple BPAs with more than one supplier of the same type to provide maximum practicable competition. The item description of services to be provided are as follows: CLIN 0001 - The contractor shall furnish all personnel, equipment, services, materials, parts and labor necessary to conduct a physical assessment of each suspect location on Nellis Air Force Base, Nevada 89191 as identified by the Contracting Officer or his/her designated representative, to determine the presence or absence of asbestos or Lead Base Paint (LBP) materials by use of bulk sampling and laboratory analysis. The Laboratory analysis must be accomplished by a laboratory accredited by the National Institute of Standards and Technology, under the National Voluntary Laboratory Accreditation Program. Proof of Laboratory Accreditation must be provided with your Price Quote. 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 (40 CFR) consultant for asbestos and LBP. Consultant Accreditation of your personnel must be provided with your Price Quote. All sampling data shall be provided in a final report to the Contracting Officer or his/her designated representative. Offerors must include with their quotations: 1) A price list of each type service and analysis to be offered by the Supplier on company stationary signed by a responsible company officer or official. Quoted prices will be fob destination delivered prices which is Nellis Air Force Base, Nevada 89191. Quoted prices must be effective at least though 31 July 2009. 2) Past Performance Evaluation Questionnaire (a minimum of 3 references), (ATTACHMENT 1). 3) A completed copy of provisions 52.212-3, Offeror Representations and Certifications - Commercial Items (ATTACHMENT 2). This attachment need not be submitted with your price quote if your firm is registered on the Online Representations and Certifications Application (ORCA) web site (https://orca.bpn.gov/). If so, you must provide your Dun and Bradstreet Number and your Federal Tax ID Number.. 4) Offerors who fail to complete and submit the requirements above may be considered non-responsive. 5) The following clauses and/or provisions apply to this solicitation: 1) A firm fixed price Blanket Purchase Agreement utilizing the Government Electronic Funds Transfer as a method of payment is planned. 2) The government reserves the right to make multiple awards. 3) A combined synopsis/solicitation (along with the attachments) will be posted on the Federal Business Opportunities System (FedBizOpps) site,. Amendments will be posted on the affected solicitation page FedBizOps site. It is the offerors' responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR site,. 4) The following clauses and/or provisions apply to this solicitation: 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 (i.e.: product literature), price and any discount, and delivery times; FAR 52.212-2 Evaluation - Commercial Items. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the Government, delivery and price considered. The provisions at 52.212-3, Offeror Representation and Certifications - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation. 52.212-5 Executive Orders - Commercial Items, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.222-19, Child Labor - Cooperation with Authorities and Remedies and 52.232-36, Payment by Third Party - applies to this solicitation. The provisions at 52.252-2, Clauses Incorporated by Reference apply to this solicitation and 52.252-6, Authorized Deviation in Clauses. The provisions at 252.225-7000, Buy American Act - Balance of Payments Program Certificate, 252.204-7004, Required Central Contractor Registration and 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. 5) For solicitations issued after 1 Jun 98, 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.ccr.gov/ Contractors are required to have a Dun and Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for 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 approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. 6) Quotations and amendments (if any) must be signed, dated and submitted in writing or e-mail or by fax by 4:00 PM on 5 June 2009 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191, Attention Mr. David Tidwell, Contract Administrator, at (702) 652-2295, FAX NO. (702) 652-9570, E-mail david.tidwell@nellis.af.mil for information regarding this solicitation. 7) Nevada State Law and Regulation Compliance Suppliers are responsiblie for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. 8) Point of Contact Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil 9) Place of Contract Performance NELLIS AFB, NEVADA 89191 NELLIS AFB, NEVADA 89191 7) Nevada State Law and Regulation Compliance Suppliers are responsiblie for insuring they are up to date and in compliance with any and all Nevada State Statutes, laws, regulations, licensing and certification requirements as may be required and applicable with respect to agreement to perform services and provide products under any subsequent contract that may be awarded to any supplier as a result of this solicitation. Failure to do so could result in any such contract award being terminated for cause. 8) Point of Contact Mr. David Tidwell, Contract Specialist, Phone 702-652-2295, FAX 702-652-9570, E-mail david.tidwell@nellis.af.mil 9) Place of Contract Performance NELLIS AFB, NEVADA 89191 NELLIS AFB, NEVADA 89191
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=afc82ab99294b248f05bcbbac3400d4a&tab=core&_cview=1)
 
Place of Performance
Address: Nellis Air Force Base, Nevada 89191, Nellis Air Force Base, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01765759-W 20090312/090310215625-afc82ab99294b248f05bcbbac3400d4a (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.