SOLICITATION NOTICE
M -- Pump and Haul Waste from Wateree
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Bldg 216, Shaw AFB, South Carolina, 29152, United States
- ZIP Code
- 29152
- Solicitation Number
- FA4803-12-Q-B076
- Archive Date
- 6/26/2012
- Point of Contact
- Stephen Sullivan, Phone: 8038955623, Robert G. Hunter, Phone: 8038955426
- E-Mail Address
-
Stephen.Sullivan@shaw.af.mil, robert.hunter@shaw.af.mil
(Stephen.Sullivan@shaw.af.mil, robert.hunter@shaw.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 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 will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures.. The solicitation number for this procurement is FA4803-12-Q-B076 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, 20120510, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 2010522 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System code for this acquisition is 221320, with a Small Business Size Standard of $7,000,000.00. This acquisition is a 100% Small Business Set-Aside. This is a Firm Fixed Price procurement and will be procured using commercial item procedures and award selection will be made based on the lowest price technically acceptable. This requirement is for the following: (CLIN) 0001 (Description) Pump and Haul Waste Water from Wateree Rec Facility PoP: 1 July 2012 - 30 Sept 2012 In accordance with the attached Statement of Work. (Unit of Issue) GL (Quantity) 360,000 (Unit Price) ____________ (CLIN) 1001 (Description) Pump and Haul Waste Water from Wateree Rec Facility (Option Year) (PoP: 1 Oct 2012 - 30 Sept 2013) In accordance with the attached Statement of Work and monthly schedule. (Quantity) 795,000 (Unit of Issue) GL (Unit Price) ____________.. The RFQ's submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Include shipping charges if applicable. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All interested and qualified small business sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. 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 be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008). 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. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: Lowest Price Technically Acceptable (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications -Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items paragraphs (a) (b) (5)(i) (14) (15) (16) (17) (18) (19) (20) (21) (22) (23) (26) (28) (29) (35) (36); FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.217-8, Option to extend services; FAR 52-219-6 Notice of Total Small Business Set-Aside; DFAR 232-33, Electronic Submission of Payments; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman - ACC Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone: (757) 764-5371 FAX: (757) 764-4400, Email: eric.thaxton@langley.af.mil. All quotes shall be marked with the Request for Quotation Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Quotations are to be received no later than 2:00pm EST, 21 June 2012. Quotations may be submitted by e-mail to jack.huckleby@shaw.af.mil. STATEMENT OF WORK PUMP AND HAUL WASTE WATER FROM WATEREE RECREATION FACILITY 7 June 2012 1. DESCRIPTION OF SERVICES: The contractor shall provide all labor, supervision, equipment, supplies, materials, transportation and all other materials necessary to pump and haul the waste water from Wateree Recreation Facility (WRF) to Shaw Air Force Base. The Contactor must have all permits and licenses required by the South Carolina Department of Health and Environmental Control (DHEC) to pump, haul and dispose of wastewater, septage, and wastewater sludge prior to contract award. All required permits and licenses shall be valid and current. The contractor shall travel to the Wateree Recreational Facility daily, 365 days per year to determine if waste must be pumped and hauled. Waste shall be pumped and hauled any time the level is above 50% inside the aeration chamber; level shall not exceed 50% after pumping. Clarifier shall remain empty and shall be pumped out any time waste is present. In the event that a regulatory agency assesses a monetary fine against the government for violations caused by the contractor, the contractor shall reimburse the government for the amount of that fine. 1.1. DISPOSAL: Contractor shall be responsible for removal and disposal of all waste water pumped from Wateree recreation area. All waste water pumped by contractor shall be disposed of properly to Shaw AFB Waste Water Treatment Plant. All waste water will be disposed and in accordance with Department of Health and Environmental Control (DHEC) regulations and guidelines. 1.3. WORK AREA: Contractor shall restore work area to a manner that presents a neat and professional appearance. If spill occurs contain, cleanup and disinfect as needed and contact 20 CES CEANQ from 0800-1700 Monday - Friday and Shaw AFB Wastewater Treatment Plant at all other times. The contractor will repair damaged areas by vehicles or other sources to meet appearance of surrounding area. 1.4. WORK AREA SAFETY: Contractor shall use proper personal protective equipment (PPE) when in work area, such as, gloves, eye protection, coveralls, or safety toed boots. The vehicle must be grounded at all times, if required. 1.5. CONTRACTOR FURNISHED VEHICLES: The contractor shall provide and maintain all vehicles necessary to perform the contract requirements. All vehicles used by the contractor shall have the contractor's name affixed to both sides (driver and passenger) of the vehicles. Contractor vehicles shall not have any waste or equipment leaks as oil or hydraulic fluid. Each vehicle shall be leak-proof to prevent liquid waste from escaping from the vehicle at all times. All contractor vehicles shall have a professional appearance, be reasonably odor free and be in good mechanical condition. All vehicles used in the performance of this contract shall be in operable condition and meet the local, state, and federal safety requirements. Vehicles shall be registered, licensed, insured, and operating in accordance with base traffic regulations by a licensed driver. Vehicles found unsafe and unable to function as designed, shall be removed from the installation and replaced at the Contractor's expense. 2.1. HOURS OF OPERATION: Contractor shall maintain a 24-hour, 7 day per week, 365 days a year operation to pump and haul waste water from Wateree Recreation Facility to Shaw AFB Wastewater Treatment Plant. Contractor shall conduct daily site visits and pump as often as needed to maintain a safe level inside of chambers. 2.1.1. NORMAL HOURS OF OPERATION. This is a 24-hour on demand operation. Contractor is required to provide and maintain on call notification information and respond within six hours to pump and haul the waste water from Wateree Recreation Facility as needed. This contract includes the requirement for emergency pumping and hauling. 3.2 SECURITY REQUIREMENTS FOR UNCLASSIFIED CONTRACTS The following security requirements are required in Shaw AFB Statement of Works (SOW's) and Performance Work Statements (PWS's) when contract work does not involve access to classified information. 3.2.1. Listing Of Employees. The contractor shall maintain a current listing of employees. The list shall include the employee's name, social security number and type of investigation if contract work involves unescorted entry to Air Force restricted areas or other sensitive areas designated by the installation commander. The list shall be provided to the Program Manager and sponsoring agencies Security Manager. An updated listing shall be provided when an employee's status or information changes. 3.2.2. Security Training. The contractor ensures all contractor employees receive initial and recurring security education training from the sponsoring agencies security manager. Training must be conducted IAW DOD 5200.1-R, Information Security Program Regulation, and AFI 31-401, "Information Security Program Management". Contractor personnel who work in Air Force controlled/restricted areas must be trained IAW AFI 31- 101, The Air Force Installation Security Program. 3.2.3. Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees. Contractors cannot sponsor other contractors on base. Only government employees (military or civilian) are authorized to sponsor contractors. NOTICE: All contract employees shall submit to a criminal background check accomplished by Shaw Air Force Security Forces prior to the employee being issued base access credentials. Failure to submit requested information as indicated below can result in denial or delay of issuing base access credentials. 3.2.4. Retrieving Identification Media. The contractor is responsible for retrieving all identification media from employees who depart for any reason before the contract expires; e.g. terminated for cause, retirement, etc. The contractor shall return retrieved items to the Security Forces Pass and Registration Office. 3.2.5. Traffic Laws. The contractor and its employees shall comply with base traffic regulations. 3.2.6. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on Shaw Air Force Base. 3.2.7. For Official Use Only (FOUO). The contractor shall comply with DoD 5400-7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program, requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. 3.2.8. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 3.2.9. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 3.2.10. Controlled/Restricted Areas. (IF APPLICABLE) The contractor shall implement local base procedures for entry to Air Force controlled/restricted areas where contractor personnel will work. An AF Form 2586, Unescorted Entry Authorization Certificate, must be completed and signed by the sponsoring agencies Security Manager before a Restricted Area Badge will be issued. Contractor employees must have a completed National Agency Check, Local Agency Check, and Credit Check (NACLC) investigation before receiving a Restricted Area Badge. 3.2.11. Key Control. The contractor shall establish and implement methods of making sure all keys allowing access to Government facilities are not lost or misplaced and are not used by unauthorized persons. The contractor shall provide a lock to be placed on gate of Waste Water Treatment Plant, it shall be placed in series with existing lock. a. The contractor shall immediately report to the Quality Assurance Evaluator (QAE) or Program Manager any occurrences of lost or duplicated keys. b. The contractor shall prohibit the use of WWTP keys by anyone other than the contractor's employees and the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas. (PUMP AND HAUL FROM WATEREE) 1 OCT 2012 - 30 SEPT 2013 (OCT 67,500) (NOV 42,500) (DEC 42,500) (JAN 32,500) (FEB 47,500) (MAR 55,000) (APR 75,000) (MAY 80,000) (JUN 92,500) (JUL 130,000) (AUG 75,000) (SEP 55,000) (TOTAL GALS 795,000)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-12-Q-B076/listing.html)
- Place of Performance
- Address: Shaw AFB, SC, Shaw AFB, South Carolina, 29152, United States
- Zip Code: 29152
- Zip Code: 29152
- Record
- SN02768910-W 20120609/120607235150-b6bc07a885d6591d651f7491fa7456c8 (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 |