Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOLICITATION NOTICE

S -- Oil Water Separator BPA

Notice Date
6/12/2025 1:50:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
FA4608 2 CONS LGC BARKSDALE AFB LA 71110-2438 USA
 
ZIP Code
71110-2438
 
Solicitation Number
FA460825QS035
 
Response Due
6/27/2025 10:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
Victor Blinov, Phone: 3184564843, Sheronda Stewart, Phone: 3184563450, Fax: 3184562629
 
E-Mail Address
victor.blinov@us.af.mil, sheronda.stewart.1@us.af.mil
(victor.blinov@us.af.mil, sheronda.stewart.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS035 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-04) as of June 11, 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 562998. The small business size standard is $16.5M. Contracting Office Address: Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US). DESCRIPTION/PURPOSE: This work involves the Contractor cleaning the oil/water separator systems and grit chambers, which includes the following: removal of collected oil, floatable materials, sand, sludge, debris and attached solids (pressure washing or stream cleaning may be required to removed solids attached to the system chambers and components) from the treatment systems. CLIN 0001 - The contractor shall furnish all parts, labor, tools, materials, transportation, facilities, and supervision to clean oil/water separators in accordance with (IAW) the attached Performance Work Statement (PWS). The oil/water separator cleaning will be priced on a per gallon basis IAW the price list attached. CLIN 0002 - The contractor shall furnish all parts, labor, tools, materials, transportation, facilities, and supervision to clean the grit chambers IAW the attached PWS. The grit chamber cleaning will be priced on a per cubic yards basis IAW the price list attached. CLIN 0003 � The contractor shall provide transportation to properly transport and recycle the material in accordance with the requirements found in 40 CFR 279 IAW the attached SOW. The truck usage will be priced on an hourly basis IAW the price list attached. CLIN 0004 � The contractor shall furnish all parts, labor, tools, materials, transportation, facilities, and supervision to conduct environmental sampling IAW the attached PWS. The environmental sampling will be priced on a per instance basis IAW the attached price list. ORDERING PERIOD: 01 July 2025 through 30 May 2030 PLEASE PROVIDE INFORMATION BELOW: COMPANY: _________________________ DATE:____________________ SAM UEI:_______________________ CAGE NUMBER:__________POC:___________________________ TELEPHONE #:____________________ E-MAIL ADDRESS:______________ TAX ID #:____________ Do you have capacity to invoice electronically through WAWF? (Yes / No) IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1. Quotes shall be submitted in electronic format and emailed to victor.blinov@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor�s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response. BEST VALUE DETERMINATION: The Government intends to award a contract to the responsible quoter whose quote conforms to the solicitation�s requirements and is determined to be the Most Advantageous to the Government based upon an integrated assessment of the evaluation factors described in provision 52.212-2. IMPORTANT DATES AND TIMES: Site visit will be held on 20 June 2025 at 8:00 am CST. Please RSVP to victor.blinov@us.af.mil so 2 CONS can provide the address and receive an accurate head count. Questions will be due no later than 12:00 PM CST on Monday, 23 June 2025. Answers will be posted no later than 4:00 PM CST on Wednesday, 25 June 2025 Quotes are due no later than 12:00 PM CST on Friday, 27 June 2025. The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Performance Work Statement Attachment 3, Price List Attachment 4, Wage Determination Points of Contact (POCs): Contract Specialist: A1C Victor Blinov; Telephone: (318) 456-4843; Email: victor.blinov@us.af.mil Contracting Officer: Sheronda Stewart; Telephone: (318) 456-3450; Email: sheronda.stewart.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e36d5c6902a4e4d85dc454a80ec6e89/view)
 
Place of Performance
Address: Barksdale AFB, LA 71110, USA
Zip Code: 71110
Country: USA
 
Record
SN07475525-F 20250614/250612230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.