Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

F -- Fill In-Place and Closure of Underground Storage Tanks - Solicitation Documents

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
F1TEAH2249A001
 
Archive Date
10/15/2012
 
Point of Contact
Robert W. Groves, Phone: 850-882-0245, Lesa White, Phone: 850-882-0206
 
E-Mail Address
robert.groves@eglin.af.mil, lesa.white@eglin.af.mil
(robert.groves@eglin.af.mil, lesa.white@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Instructions to Offers Statement Of Work Responses to Questions Previously Asked Memorandum Letter Map and Directions Evaluation of Offers Base Access Affidavit 96 TW/PZIO intends to award a contract for the closure of two abandoned/out of service underground fuel tanks in support of the 96th Civil Engineering Group (CEG) at Eglin AFB, FL. The 96th CEG requires the closure of two abandoned/out of service fuel tanks by filling the tanks in-place with an approved slurry solution, removal of associated items and restoring the surrounding area to its natural/original state. This includes removing residual fuel from the tanks and associated tubing and tested to a vapor-free condition prior to filling. A Closure Assessment Report will be required within 45 days of tank closure. Please review the attached Statement of Work (SOW) for a detailed description of the services required. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation/announcement number is F1TEAH2249A001. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ) and is restricted to Small Business competition. The North American Industry Classification System (NAICS) code for this acquisition is 562998, All Other Miscellaneous Waste Management Services, with a size standard of $7.0 M. Responding contractors must certify size status as of the submission date of the quote. This is a notice that the acquisition is a total set aside for Small Business concerns. Only offers submitted by Small Business concerns will be accepted by the Government. Any offer that is submitted by a contractor that is not Small Business concern will not be considered for award. The requirement consists of the following items: CLIN 0001 - Closure of two abandoned/out of service underground fuel tanks per this solicitation (F1TEAH2249A001) and the requirement's Statement of Work. Place of performance: Eglin AFB, FL Period of Performance: Clean and Fill of the Tanks shall be completed within 45 Days After Receipt of Order and a Closure Assessment Report (Closure Report) that is endorsed/signed by a Florida credited Engineer/Geologist of sampling results for surrounding soils within 45 days of tank closure must be submitted. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 27 August 2012. The following provisions are incorporated in this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008) Proposal Preparation Instructions (See attached ADDENDUM) 52.212-2, Evaluation-Commercial Items; (Jan 1999) (See attached ADDENDUM) 52-212-3, Offeror Representations and Certifications- Commercial Items (May 2011) (if you have completed the annual reps and certs electronically via the Online Representations and Certifications Application (ORCA) website (https://www.sam.gov/portal/public/SAM/ ), just mention in your quote that you're registered in ORCA. If your information is NOT UP TO DATE, then please complete paragraph 52.212-3(b) of the provision and provide to us. If you are NOT REGISTERED in ORCA, then please complete paragraphs (c) through (o) of the provision and provide to us. Provision 52.212-3 can be found online at website (http://farsite.hill.af.mil/). The following provisions and clauses are incorporated in this solicitation and may be accessed electronically at http://farsite.hill.af.mil/: 52.204-99, System for Award Management Registration (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment/ debarred, declared ineligible/ or excluded or disqualified under the nonprocurement common rule by agencies/ Government corporations/ or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance/ registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http: //fedgov.dnb. com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.212-1, Definitions FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act FAR 52.219-1, Small Business Program Representations FAR 52.237-1, Site Visit FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34, FOB Destination FAR 52.249-4, Termination for Convenience of the Government FAR 52.249-8, Default FAR 52.252-2, Clauses Incorporated by Reference - see HTTP://FARSITE.HILL.AF.MIL/ DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.247-7023, Alt III Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications AFARS 5352.201-9101, Ombudsman AFARS 5352.223-9001, Health and Safety on Government Installations AFARS 5352.242-9000, Contractor Access to Air Force Installations To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil/. Vendors must be registered in Central Contractor Registration (https://www.sam.gov/portal/public/SAM/) before award can be made. All responses must be received by 1:00 pm CST on Monday, 24 September 2012. Electronic submission is preferred. The proposal format is at the discretion of the offeror, but the pricing information must be in a separate document from the technical portion for evaluation purposes. Send all inquiries by e-mail to Robert Groves at robert.groves@eglin.af.mil. If needed, an alternate point of contact is David Serbe at david.serbe@eglin.af.mil. Mailed responses should be sent to the following: Robert Groves 96 TW/PZIOA 308 West D Ave., Suite 130 (Building 260) Eglin AFB, Florida 32542-5418 robert.groves@eglin.af.mil A site visit for this solicitation will be held at 8:30 am CST on Wednesday, 19 September 2012. The visit will begin with a meet and greet at 8:30 am in the conference room (B-592) of building 592 followed by a 9:00 am departure to the parking lots of buildings 249 and 561. Base passes are required to access Eglin AFB in order to attend the site visit. An affidavit and memo for each person requesting passes must be received by this office no later than 1:00 p.m. CST on Thursday, 13 September 2012. Processing documents required for base passes will take a minimum of three business-days once the documents are received by this office. The attached template of the memo requesting passes must be used. Send the affidavit(s) and memo by e-mail to Robert Groves at robert.groves@eglin.af.mil. An alternate point of contact is David Serbe at david.serbe@eglin.af.mil. The site visit is not mandatory in order to offer a quote for this solicitation. However, offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Questions regarding this solicitation and site visit shall be submitted for Government response no later than 2 pm CST on Thursday, 20 September 2012. Answers will be posted no later than 4 pm on Friday, 21 Sep 2012. Questions shall be submitted by e-mail to robert.groves@eglin.af.mil. Questions and responses from a previous site visit are attached for you information. An alternate point of contact is David Serbe at david.serbe@eglin.af.mil. Attached: Statement of Work (SOW), dated 5 September 2012 Addendum to 52.212-1, Instructions to Offerors Addendum to 52.212-2, Evaluation Affidavit and Pass Request Memo Questions and responses from previous visit Map to Eglin Bldg 592
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/F1TEAH2249A001/listing.html)
 
Record
SN02870836-W 20120908/120907000602-26cbe52c4660f5fd126eea48503902a4 (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 |
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.