SOLICITATION NOTICE
R -- Storm Water Sampling and Monitoring - RFQ
- Notice Date
- 7/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- FA4664-18-Q-0003
- Archive Date
- 9/30/2018
- Point of Contact
- John Walker, Phone: 9516553724, Norman MacRunnel, Phone: 951-655-5758
- E-Mail Address
-
john.walker.68@us.af.mil, norman.macrunnel@us.af.mil
(john.walker.68@us.af.mil, norman.macrunnel@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 Attachment 3 Attachment 2 Attachment 1 This is a combined synopsis/solicitation for commercial service prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written Solicitation (SF-1449) Number FA466418Q0003, Request for Quote (RFQ) is issued as an attachment to this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 1 April 2013 and the Defense Federal Acquisition Regulations (DFARS) change notice 20130522. This RFQ is issued as a set-aside for small business concerns; only those firms certified by the U.S. Small Business Administration as a small businesses are eligible for the award. The applicable North American Industrial Classification System (NAICS) Code is 541330, Engineering Services with a small business size standard of $15 million. The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision and other items and services necessary to provide storm water sampling and monitoring services at March Air Reserve Base (ARB), California in accordance with the Performance Work Statement (PWS) which is also an attachment to this notice, and shall become a part of the resulting contract. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards, and must possess all required licenses to perform the services. Work will include, but not limited to the following functional areas: (1) Work Plan Development Submission; (2) Monthly Visual Observation; (3) Perform Industrial Permit QSE SAM and IGP Reports; (4) Municipal Storm Water Observations; and (5) Annual Report as outlined in the PWS. This requirement is subject to the Service Contract Labor Standards and will include the appropriate Department of Labor Wage Determinations. This requirement is a Performance-Based, Firm Fixed-Price (FFP) Contract; the period of performance will be a one year from the date of contract award, to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, and FAR Part 13 Simplified Acquisition Procedures, utilizing the Lowest-PriceTechnically-Acceptable (LPTA) source selection process. The following factors shall be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical acceptability shall be evaluated on a technically acceptable or not technically acceptable basis. Price evaluation shall be based on the lowest reasonable, balanced, and overall total evaluated price (TEP). Evaluation of proposal may be made without communications with the offeror(s). Additional and specific instructions in preparing the proposal and evaluation basis for award are provided in the attached written solicitation package (SF-1449). To be eligible for a contract award on this requirement, the contractor must be registered with the System for Award Management (SAM) at www.sam.gov. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain any related amendments to this solicitation. It is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. These clauses and provisions and any applicable addenda are stipulated in the solicitation document (SF-1449). A site visit is scheduled at 9:00AM to 11:00 AM PST on Thursday, 02 August 2018. Transportation shall be provided for this purpose, and will depart on time at the meeting place in front of the base Visitor Control Center (VCC), Bldg. 2370, 2035 Graeber Street, March ARB, CA 92518. Attendees are advised to come 30 minutes earlier to provide ample time to register for the event, and park your vehicle(s) outside of the base. Contractor vehicle parking for this event is not allowed in front of the VCC. Interested parties wanting to attend this site visit shall make an arrangement with Mr. John W. Walker, Contract Specialist, email john.walker.68@us.af.mil, telephone (951) 655-3724 no later than 3:00 PM PST on Thursday, 26 July 2018. Requests shall include the name, address, and telephone number of your company, and name(s) of individual(s) attending the site visit for your company. No more request for site visit may be accepted after this deadline time/date. Request for Information (RFI). Request for information must be in writing, and submitted to Mr. John W. Walker, Contract Specialist by email after the scheduled site-visit, but no later than 3:00 PM PST on Wednesday, 08 August 2018. No more RFIs may be accepted after this deadline time/date. Deadline for Submission of Quotes/Proposals. Quotes/Proposals must be submitted to Mr. John W. Walker, Contract Specialist, at the previously provided telephone and email address, no later than the deadline receipt of proposals as established in block 8 of the solicitation. Submit written proposals; oral proposals will not be accepted. Hand carried or common carrier delivered proposal must arrive at the March ARB Contracting Office located at 1940 Graeber Street, Bldg. 449, March ARB, CA 92518-1650 no later than the deadline for receipt of proposals as established in block 8 of the solicitation. The package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. For all questions, please contact Mr. John W. Walker, Contract Specialist at the previously provided telephone and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA4664-18-Q-0003/listing.html)
- Place of Performance
- Address: 452 Operational Contracting Office, 1940 Graeber St., Bldg. 449, March ARB, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN05003026-W 20180725/180723231022-b8b9cc1d8e537330a318d92e3d60c364 (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 |