Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2012 FBO #3995
SOLICITATION NOTICE

S -- Grease Trap Cleaning & Septic Flushing Services - Wage Determination - Historical Data - Statement of Work

Notice Date
10/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D92236AQ05
 
Archive Date
11/29/2012
 
Point of Contact
Megan M. Ashley, Phone: 8056060884, Sandra A Odem, Phone: 805-605-0488
 
E-Mail Address
megan.ashley@us.af.mil, sandra.odem@us.af.mil
(megan.ashley@us.af.mil, sandra.odem@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work dated 25 October 2012 Base Historical Data Wage Determination 05-2063 (Rev 12) 13 June 2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3D92236AQ05. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 and DFARS Change Notice 20120906. THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE under North American Industrial Classification Standard (NAICS) 562991, Septic Tank and Related Services, and the size standard $7M. Project Number: F4D3D92236AQ05 Project Title: Grease Trap Cleaning & Septic Flushing Services 1. Please see attached Statement of Work (SOW) for detailed description of required duties (Attachment 1) 2. Please see attached Historical Data (Attachment 2) 2. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. 3. Quotes shall be valid until 06 December 2012. Period of Performance: Basic Year (06 December 2012 to 05 December 2013) The contract will be Firm Fixed Price with the following structure: BASIC YEAR CLIN STRUCTURE (06 December 2012 to 05 December 2013) CLIN 0001 Grease Trap Cleaning 203687.73 gallons at $_____ per gallon = $_____ per year CLIN 0002 Emergency Services (Septic System Pumping) 12360 gallons at $_____ per gallon = $_____ per year CLIN 0003 Septic System Pumping 160550.3 gallons at $_____ per gallon = $_____ per year CLIN 0004 Service Blocked Lines and Manholes 3 hours at $_____ per hour = $_____ per year CLIN 0005 High Pressure Jetting 11 hours at $_____ per hour = $_____ per year CLIN 0006 MDA Facilities (Septic System Pumping) 58000 gallons at $_____ per gallon = $____ per year Total for all CLINS: $___________ The following Clauses apply to this award: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation & 1st Tier Subcontract Awards 52.204-99 System for Award Management Registration (DEVIATION) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (DEV) 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in information THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class WG- Equiv Monetary Wage Fringe Benefits Plumber, Maintenance WG-9 $22.23 $8.10 52.222-50 Combat Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.242-15 Stop-Work Order 52.252-2 Clauses Incorporated by Reference Fill-in information http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information for paragraph (b) Department of Defense FAR Supplement (48 CFR Chapter 2) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEV) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101 Ombudsman Fill-in information for paragraph (c) AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, A7K.wf@us.af.mil 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in information for paragraph (b)...and a valid vehicle insurance certificate to obtain a pass. CONS G-800 Wide Area Workflow Procedures The following Provisions apply to this Combined Synopsis/Solicitation: 52.212-1 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items. The following items will be used to evaluate offers: Fill-in information for paragraph (a) Lowest Price 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.237-1 Site Visit 52.252-1 Provisions Incorporated by Reference Fill-in information http://farsite.hill.af.mil/ 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.212-7000 Reps & Certs (Alternate 1) All potential offerors are reminded that compliance with Federal Acquisition Regulation (FAR) 52.204-99 (Deviation), System for Award Management (SAM) Registration is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 1:00 p.m. (PST) on 6 Nov 2012. The answers will be posted on the FedBizOpps website by 4:00 p.m. (PST) on 8 Nov 2012. All quotes must be sent to Megan Ashley AND Sandra Odem via one of the following methods: Email (preferred) (megan.ashley@us.af.mil) & (sandra.odem@us.af.mil); Address 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB, CA 93437. Quotes must be received no later than 1:00 p.m. (PST) on 14 Nov 2012. Attachments 1. Performance Work Statement, dated 25 October 2012 2. Historical Data 3. Wage Determination No. 2005-2063, Rev 12, 13 June 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D92236AQ05/listing.html)
 
Place of Performance
Address: Vandenberg Air Force Base, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02921228-W 20121101/121030233905-01ca242e597b07c7eef11ab1921d2cf7 (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.