|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1997 PSA#183637th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX
78236-5253 Y -- REMOVAL & DISPOSAL OF GROUND CONSTRUCTION DEBRIS -- LEAD
CONTAMINATED SOL F1636-97-Q0675 DUE 050697 POC Toni Pena, Contract
Administrator E-MAIL: Toni Pena, Contract Administrator,
penat@lakgate1.lak.aetc.mil. AMENDMENT 00001: Closing Date from
Original Change from 1 May 97 to 6 May 97; Site Visit Re-Scheduled from
22 April 97 to 2 May 97 at 9:30 AM; Building Numbers Changed Services,
Non-Personal, Contractor to furnish all labor, tools, materials,
equipment and fees necessary to remove, transport, and dispose of 3760
cubic yards of ground wood debris contaminated with lead-based paint.
It is to be disposed of as Special Waste in a type 1 landfill in
accordance with the new TNRCC rules. Location of debris to be removed
are; 10530, 2958, and 2960. The contractor is responsible for any
permit and /or fee requirement. Note the following additional
requirements: 1. Compliance Requirements The contractor shall comply
with all federal, state, and local regulatory agency requirements,
environmental statutes, policies, and regulations including, but not
limited to those cited below: a) Occupational Safety and Health
Administration (OSHA) Act. b) Department of Transportation (DOT)
Regulations. c) National Environmental Policy Act (NEPA). d) U.S.
Environmental Protection Agency (EPA), Title 40, Code of Federal
Regulations. e) Title 30, Texas Administrative Code (TAC). f) Lackland
AFB Spill Prevention and Response Plan, dated 1 April 1994. g) The
Texas Natural Resource Conservation Commission (TNRCC) Office of
Management memorandum, dated 11 Jan 1996. 2. Submittals The contractor
will be responsible for properly filling out the Texas
Non-Hazardous/Special Waste manifest and submitting it for review and
signature to the 37th Civil Engineer Squadron Environmental Flight in
building 5460 Lackland AFB, prior to transporting off base property. A
SITE VISIT IS SCHEDULED FOR 02 MAY 1997 AT 10:00 A.M. CONTRACTORS ARE
TO BE AT 37TH CONTRACTING SQUADRON (BLDG 5450) AT SCHEDULED TIME.
CONTRACTORS ARE TO RSVP IF THEY WILL ATTEND TO THE NUMBER LISTED ABOVE.
This is a combined synopsis/solicitation for commercial services
prepared in accordance to the format in Subpart 12.6, as supplemented
with additional information included in this notice. This announcement
constitutes the ONLY solicitation; proposal are being requested and a
written solicitation will not be issued. This solicitation is issued
as a request for quotation. Offerors will bid the project as one lump
sum job. This procurement is issued utilizing the size standard in FAR
19 under Standard Industrial Code 8744. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-32. The provisions at FAR 52.212-1,
instructions to Offerors-Commercial, applies to this acquisition. The
clause at 52.212-5, Contract Terms and Conditions Required to Implement
Statues or Executive Orders-Commercial Items, applies to this
solicitation. Specifically, the following Affirmative action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped workers; 52.222-37, Employment Reports on
Special Disabled Veterans on the Vietnam Era; 52.222-41 Service
Contract Act of 1965as Amended; 52.222-8, Payrolls & Basic Records. The
clause at FAR 52.219-6, notice of Total Small Business Set-Aside
applies to this solicitation. Wage Decision: Pursuant to The Service
Contract Act, as amended, Wage Determination No: 94-2521, Dated; 96
August 14 will apply to the solicitation/contract contemplated hereby.
Offerors must include with their offer a completed copy of the
provisions at FAR 52.212-3, Offerors Representation and Certification
-- Commercial Items. (This can be obtained from the Contracting office
upon request). The clause at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this solicitation. Award will
be based on the lowest priced quotation from a responsible contractor
in accordance with FAR 9.104-1. Quotes may be submitted in writing or
faxed to the point of contact indicated above. The fax number is (210)
6710-3179. Quotes are required no later than COB 6 May 97. Award will
be made on or about9 May 97. All responsible sources may submit an
offer, which, if timely received will be considered by this agency.
(0118) Loren Data Corp. http://www.ld.com (SYN# 0102 19970501\Y-0002.SOL)
Y - Construction of Structures and Facilities Index Page
|
|