Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1999 PSA#2400

Department of the Air Force, Air Force Space Command, 50CONS (Bldg. 500), 500 Navstar St, Ste 141, Schriever AFB, CO, 80912

91 -- GREASE REMOVAL SERVICES SOL FA2550-00-Q0027 DUE 083099 POC Lois Anderson, Contract Specialist, Phone 719-567-3431, Fax 719-567-3438, Email lois.anderson@schriever.af.mil -- Valerie Alday, Contracting Officer, Phone (719)567-3453, Fax (719)567-3438, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=FA2550-00-Q00 27&LocID=888. E-MAIL: Lois Anderson, lois.anderson@schriever.af.mil. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 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 will not be issued. (ii) FA2550-00-Q0027 is the solicitation number, the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. Performance period is 1 Oct 1999 through 30 Sept 2000, with services to be performed between 6:30 a.m. and 3:30 p.m. every Tuesday and Friday, except legal holidays, then performed on the next duty day. All work will be performed at Schriever AFB CO, Dining Facility, Building 300. Any work accomplished after these hours will be on an emergency basis only and only with the approval of the contracting office or QAE. (iv) This acquisition is set-aside for small business. Standard Industrial Code 4953 Sanitary Services applies, with a size standard of 500 employees. (v) CLIN 0001 Non-Personal services contractor shall provide all labor, tools, parts, materials and transportation necessary to perform Removal and Disposal of Grease and other materials in grease traps including openings to inlet and outlet. $________ PER TRIP (2 per week for 52 weeks). CLIN 0002 Emergency response within 2 hours for unscheduled services $__________PER TRIP (vi) SPECIFIC TASKS The contractor shall remove all residue from inside the grease traps (approximately 1,000 gallons each; total 2,000 gallons) including openings to inlet and outlet. Grease traps shall be emptied in a manner that will allow residual liquid depth of no less than ten (10) inches and no more than twelve (12) inches from the bottom. The sides of the grease traps will be scraped in order to prevent build-up of grease and debris. The contractor shall clean the surface area around thegrease trap to be free of grease and food particles. The contractor shall use a bio-degradable detergent to scrub the surface areas. The surface areas shall be cleaned to 10 feet in all directions from the center of the grease trap. Any spills, splashes or damages caused by the contractor_s operation shall be corrected by the contractor at the contractors expense. TRANSPORTATION OF WASTE. Transporting grease, and debris from the site shall be accomplished in a manner preventing materials or particles from becoming air borne and/or spilled. Training to haul potential hazardous waste is required in accordance with Department of Transportation Regulations (49 CFR 177.816). Contractor shall comply with all Federal, State and Local Hazardous Material Laws, Occupational Safety and Health Act (OSHA). The contractor shall not discharge chemicals or grease in the base sewage treatment plant. The provisions at 52.212-1, Instructions to Offerors _ Commercial Item, applies (vii) with the following evaluation factors: past performance and price evaluation factors are weighted equal price must be considered fair and reasonable. The government reserves the right to award an offeror other than the low priced offeror. (viii) Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications-Commercial Items, and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions _ Commercial Items, applies. (x) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items and Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items applies to this solicitation. Specifically the following clauses, are applicable to this solicitation: FAR 52.222-41 Service Contract Act of 1965, as amended FAR 52.223-3 Hazardous Material Identification and Material Safety Data, FAR 52.223-11 Ozone Depleting Substances, 52.223-5 Pollution Prevention and Right to Know Information; 52.223-6 Drug Free Workplace; FAR 52.203-6, Restrictions on Subcontractor sales to the Government with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-26 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.225-7001, and Buy American Act and Balance of Payments Program. (xi) Options do not apply to this requirement. (xii) Defense Priorities and Allocations systems do not apply. (xiii) CBD Note 1 (set-aside) applies. (xiv) Quotations are due at 12 p.m. (noon), local time, on Monday, August 30, 1999 at 50 CONS/LGCA, 66 Falcon Parkway Ste 49, Schriever AFB CO 80912-6649. Fax responses are acceptable to FAX 719-567-3438, clearly marked for the attention of Lois Anderson. Offer shall also include the pricing information required in (v) above, as well as the representations and certifications required by (viii) above. The offer must describe the details of what it is offering. The offer is strongly encouraged to also submit commercial literature showing work of the type desired by this solicitation which will clearly demonstrate past performance information such as references of customers who have previously the offeror_s services. The more information provided, the better able the Government will be to judge the merits of the offeror_s proposal and select the best value for the Government. For information contact Lois Anderson at 719-567-3431 or fax 719-567-3438. EMAILADD: lois.anderson@ schriever.af.mil Posted 07/29/99 (D-SN360575). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0432 19990802\91-0003.SOL)


91 - Fuels, Lubricants, Oils and Waxes Index Page