MODIFICATION
99 -- Oil Water Separator Maintenance - Amendment 1
- Notice Date
- 11/28/2011
- Notice Type
- Modification/Amendment
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-12-R-0002OWS_JBER
- Archive Date
- 12/21/2011
- Point of Contact
- Jessica Steinhoff, Phone: 907-552-4146, Edith Smith, Phone: 907-552-5566
- E-Mail Address
-
jessica.steinhoff@elmendorf.af.mil, edith.smith@elmendorf.af.mil
(jessica.steinhoff@elmendorf.af.mil, edith.smith@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers The following are the questions that have been received and the government's response to them: Question 1: We need any historical data on volumes of waste generated during cleanings at each facility so we can determine quantities of drums needed. We are assuming we will need to provide drums for waste containerization as per Section 1.3.6 of the Performance Work Statement even though Chapter 10, section 10.1.1 of OPLAN 19-3 states that "Drum or containers for wastes generated by servicing operations will be provided by the 673 CES/CEANQHWC as necessary." Answer 1: This contract represents a new approach to the OWS service and maintenance work. Historically, the contractor, in the process of cleaning the OWS unit would remove all of the water, oil, and sludge together into a vacuum truck. This truck would then transport all material to one location and separate out phases for drying. Therefore, the material to be disposed of was a dry "cake-like" material with a low moisture content. Unfortunately, changes in the regulations now prevent us from continuing this process. As a result, the sludge that will have to be removed and drummed during cleanings will have a much higher moisture contain and thereby greater volume. As a result, we have no way of knowing the amounts/volumes that will be removed from each location. Question 2: CLIN 0002 lists a quantity of 21, but for the base period (1 Jan 2012-30 Sep 2012) there are only four (4) months of "Seasonal OWS Cleanings" for the three (3) specified buildings for a total of twelve (12)? Answer 2: This is correct because the base year has been reduced to a 9 month period. Question 3: Please confirm the methodology that will be used to evaluate the bids for this scope of work and the work histories of prospective bidders. Answer 3: Please refer to FAR ADDENDUM 52.212-2 (B) within the solicitation for clarification. Question 4: Please explain the deviation of a 3-year requirement--especially given that the Government has historically required 5 years. Answer 4: The past performance evaluation considers each offeror's demonstrated recent and relevant record of performance in supplying products and services that meet requirement and it is in the best interest of the government. The government is changing the original 3 year past performance to 5 years. Question 5: In the event, a contractor "teams" with another company with a higher level of experience in Oil/Water Separator maintenance, would that contractor get maximum benefit for the experience of the team if that contractor were to be the prime contractor on this project? Answer 5: Please refer to FAR ADDENDUM 52.212-2 (B) within the solicitation for clarification. Total files size shall not exceed 4 MB. Question 6: Since requiring experience in the past 3 years will preclude all local contractors from bidding this contract, would the Contracting Office consider experience in the past 5 years as being acceptable? Answer 6: The government is changing the original 3 years past performance to 5 years. Please be sure to fully understand the Performance Work Statement; in that the methodology has changed significantly from what has been done in the past. Question 7: The solicitation states that the price and past performance proposals should not exceed 25 pages - these forms are provided with the solicitation. (Ref pg. 40) Is there a page total on the Technical portion of proposal submittals? Answer 7: The Technical portion of the proposal shall not exceed 25 pages. Total file size shall not exceed 4 MB. If hand carrying proposal on 5 or 6 December please deliver to Ms. Cindy Thompson in Suite 344.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-12-R-0002OWS_JBER/listing.html)
- Place of Performance
- Address: 10480 22nd Street, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02629111-W 20111130/111128233726-b226617a489b60570b98fbab287f9c77 (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 |