SOLICITATION NOTICE
M -- Wastewater Treatment Plants (WWTP) Operation & Maintenance Services - RFP Package
- Notice Date
- 4/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221320
— Sewage Treatment Facilities
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-14-R-0015
- Archive Date
- 6/3/2014
- Point of Contact
- Dana Geise, Phone: 661-277-3234, Vanessa Russell-Reed, Phone: 661-277-0049
- E-Mail Address
-
dana.geise.3@us.af.mil, vanessa.russell-reed@us.af.mil
(dana.geise.3@us.af.mil, vanessa.russell-reed@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 3, MIssion-Essential Contractor Services Plan template Attachment 10, Subcontractor Consent Letter sample Attachment 9, Site Visit Information Attachment 8, Government Furnished Property List Attachment 7, Wage Determination Attachment 6, Past Performance Questionnaire Attachment 5, Performance Information Form Attachment 4, Contractor's Government Property Plan guidelines Attachment 2, Price Proposal Template Attachment 1, Performance Work Statement Solicitation, SF 1449 This is a request for proposal (RFP). The presolicitation notice was issued on 18 Mar 2014 under FA9301-14-R-0015. The Air Force Test Center (AFTC), 412th Test Wing Civil Engineering (412 CE/CEOES), Edwards AFB, CA requires Wastewater Treatment Plants (WWTP) Operations & Maintenance services at the Class IV Activated Sludge Tertiary Treatment Plant on Main Base and the Class III Plant on the Air Force Research Laboratory (AFRL). The Contractor shall provide all management, tools, supplies, equipment, materials, vehicles, labor, and other items and services necessary to perform the required services in accordance with all local, state (California), and Federal laws and regulations, including Department of Defense (DoD) and Air Force instructions, the National Pollution Discharge Elimination System (NPDES) permit requirements, California Code of Regulations (CCR) Titles 22 and 23, and State Water Resources Control Board Orders. This RFP announcement constitutes the only solicitation for this requirement; a written solicitation will not be issued. Proposals are being requested. The Government will make a single award to one offeror. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-72 and the Defense Federal Acquisition Regulation (DFARS) Publication Notice (DPN) 20140331. The applicable North American Industry Classification System (NAICS) code is 221320, Sewage Treatment Facilities, and the size standard as defined by the U.S. Small Business Administration is $19M. The applicable Product Service Code (PSC) is M1ND, Operation of Government Owned Sewage and Waste Facilities. The anticipated contract will be a 5-year Firm-Fixed-Price (FFP), Indefinite Delivery/Requirements type (ID/R) contract. This acquisition is a 100% small business set-aside. Contract award is expected in July 2014. Period of performance is 1 Oct 2014 - 30 Sep 2019 with a possible six-month option period of 1 Oct 2019 - 31 Mar 2020. The solicitation and all its attachments are attached to this notice. The following services are required: CLIN 0001: Operation and Maintenance Class IV Plant (Main Base) CLIN 0002: Operation and Maintenance Class III Plant (AFRL) CLIN 0003: Sludge Removal CLIN 0004: Over and Above Work A site visit/pre-proposal conference will be held on 30 Apr 2014. Attendance is highly encouraged but not mandatory. Offerors must inform the Contracting Office of their planned attendance no later than 24 Apr 2014. Information regarding the site visit/pre-proposal conference can be found at Attachment 9 to the solicitation. Interested parties who believe they can meet all the requirements for the services described in this solicitation are invited to submit a complete proposal using the attached SF 1449. The CLIN minimum/maximum table on page 15 of the SF 1449 does NOT need to be filled out. Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements detailed in the solicitation. Any information provided in response to this solicitation is strictly voluntary; the Government will not pay for information submitted in response to this solicitation. Award will be made using the criteria in FAR 52.212-2 (detailed within the attached SF 1449). Proposal evaluation will be conducted utilizing Past Performance Tradeoff (PPT) procedures evaluating Price, Technical Capability, and Past Performance in accordance with Federal Acquisition Regulation (FAR) 15.101-1. The Air Force will award to the offeror who provides the best overall value to the Government. The applicable contract provisions and clauses can be found on pages 18-71 of the SF 1449. Contractors who conduct business with or are interested in conducting business with the Department of Defense must register with the System for Award Management (SAM) which can be accessed at http://www.sam.gov/. All offerors must comply with the requirements at FAR Clause 52.204-7, System for Award Management, and DFARS Provision 252.204-7004 Alternate A, System for Award Management. Online representations and certifications application (ORCA) must be completed via SAM. Offers are due to AFTC/PZIOC, 5 South Wolfe Avenue, Edwards AFB, CA 93524, no later than 19 May 2014 at 7:00a.m. PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-14-R-0015/listing.html)
- Place of Performance
- Address: Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03341473-W 20140419/140417234931-9c2d3b1bb44ff625d49cf61c3c9952df (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 |