SOLICITATION NOTICE
H -- Toxic Release Inventory Report - Wage Determination
- Notice Date
- 12/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- N4155713RC012N7
- Archive Date
- 1/4/2013
- Point of Contact
- Lorraine A. Brandon,
- E-Mail Address
-
lorraine.brandon@us.af.mil
(lorraine.brandon@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 2012 Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N4155713RC012N7 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The North American Industry Classification System (NAICS) code is 541620. The business size standard is $7 Million. The contractor shall provide the following commercial items requested in this solicitation: PERFORMANCE WORK STATEMENT PREPARATION OF EMERGENCY PLANNING COMMUNITY RIGHT­ TO-KNOW ACT (EPCRA) REPORT • Conduct a detailed review of information specific to the Territory of Guam and Andersen AFB necessary to complete the 2012 TRI Report. A Tier II report will also be generated using computer software for the 2012 reporting year. The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB. The Toxics Release Inventory (TRI) is a publicly available EPA database that contains information on toxic chemical releases and other waste management activities reported annually by certain covered industry groups as well as federal facilities. Tier 2 reports provide state and local officials and the public with specific information on certain chemicals that are present at facilities during the previous calendar year. Under Section 313 of the Emergency Planning & Community Right-to-Know Act (EPCRA) of 1986 and expanded by the Pollution Prevention Act of 1990, Andersen Air Force Base (AFB), Guam is required to submit the annual report to the Environmental Protection Agency (EPA). The Contractor will prepare a draft Tier II report using the Tier2 Submit computer software developed by EPA and NOAA for the 2012 reporting year. Based upon comments received on the draft report, the final Tier II report will be prepared using the most current version of the USEPA reporting software. (CDRL A00lA) The contractor will create a draft TRI report using EPA-260-B-06-001 (Toxic Chemical Release Inventory Reporting Forms and Instructions, 2006 or most recent version) and the RY 2012 Toxic Release Inventory- Made Easy (TRI-ME) software. Based upon regulatory comments, the final TRI report will be generated using the USEPA software. (CDRL, A001B) In the completion of these tasks, the Contractor shall comply with all federal, state, host nation, and local rules and regulations. The first report Tier II (Emergency & Hazardous Chemical Inventory) is due 1 March of each reporting year. The second report, "Toxic Release Inventory" ('TRI) is due 1 July of each reporting year. Period of performance for the initial contract should be 1 Jan 2013 through 30 June 2013. However, the subsequent options year periods of performance should be 1 January through 30 June. CLIN 0001 - Base Year 01 Jan 2013 Through 30 June 2013 The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB IAW the Performance Work Statement. CLIN 0002 - Base Year 01 Jan 2014 Through 30 June 2014 The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB IAW the Performance Work Statement. CLIN 0003 - Base Year 01 Jan 2015 Through 30 June 2015 The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB IAW the Performance Work Statement. CLIN 0004 - Base Year 01 Jan 2016 Through 30 June 2016 The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB IAW the Performance Work Statement. CLIN 0005 - Base Year 01 Jan 2017 Through 30 June 2017 The Contractor shall provide a full range of services to develop and prepare TRI and a Tier II Report. The Contractor shall furnish all personnel, equipment, materials, supervision, and other items and services as necessary for providing the services listed for Andersen AFB IAW the Performance Work Statement. Place of performance at Andersen Air Force Base, Yigo, Guam. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-5 Evaluation of Options, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Oprtion to Extend the term of the Contract, FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunitty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.232-99 (DEVIATION) Providing Accelerated Payment to Small Business Subcontractors (Deviation, by Full Text); 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.252-1 Solicitation Provision Incorporates by Reference; 52.252-2 Clauses Incorporated by Reference. The clause at DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the System for Acquisition Management (SAM) at www.sam.gov and shall be considered for award. All quotes must be sent to A1C Lorraine Brandon at e-mail Lorraine.brandon@us.af.mil. Oral Quotes will not be accepted. Responses to this RFP must be received via e-mail, by Thursday, December 20, 2013, 4:00pm Eastern Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155713RC012N7/listing.html)
- Place of Performance
- Address: Andersen AFB, Guam, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN02945244-W 20121209/121207234739-423a44cdaa8e522577aaeef0bdcff1bb (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 |