Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOLICITATION NOTICE

M -- Waste Water Treatment Plant Services

Notice Date
12/19/2012
 
Notice Type
Presolicitation
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-13-R-0005
 
Archive Date
12/15/2013
 
Point of Contact
Glenn E. Bridges, Phone: 575-572-5297, Sally D. Roberts, Phone: 575-572-5293
 
E-Mail Address
glenn.bridges@holloman.af.mil, sally.roberts@holloman.af.mil
(glenn.bridges@holloman.af.mil, sally.roberts@holloman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This presolicitation notice is an announcement of a requirement for non-personal services for the operation and maintenance (O&M) of the Wastewater Treatment Plant (WWTP) Facility for Holloman AFB, New Mexico. This acquisition will be fixed price. DESCRIPTION OF WORK: The contractor shall provide all personnel, equipment, tools, supplies and materials, vehicles, supervision and other items necessary to operate and maintain the government-owned WWTP. Operations shall be conducted in order to provide continuous, cost effective and efficient treatment of all wastewater delivered to the facility. The plant, an Extended Aeration Activated Sludge Treatment Plant with a design capacity of 1.5 Million Gallons Per Day (MGPD), with an average flow of 1.0 MGPD, will operate 24 hours a day, 7 days a week. The plant serves a population of 10,000 plus. Such operations shall include general operation of plant equipment, valves and piping, sampling and lab analyses, waste and effluent disposal, and other related services. Facility operations and effluent discharge practices shall comply with all applicable federal, state and local regulatory standards, including the national Pollution Discharge Elimination System (NPDES) permit requirement. In the performance of the operation and maintenance of the WWTP the contractor shall, adhere to all applicable OSHA, NIOSH, AFOSH (Air Force Occupational Safety and Health), Holloman Fire Prevention Guide for Contractors, state mandated requirements and operator certifications. The Contractor shall perform in accordance with standards outlined in the Performance Work Statement (which will be provided with the posted solicitation) and with all applicable federal, state, and local laws and regulations and the original equipment manufacturers' technical manuals and specifications. The contractor will have a Government-furnished on-site location to conduct the requirements of this contract. PERIOD OF PERFORMANCE (POP): The initial POP is from 1 Oct 13 to 30 Sep 14 plus four (4) one-year options (if all options are exercised ending 30 Sep 18) and any extension of services (if exercised). Options may be exercised unilaterally by the Government. The upcoming solicitation will have the clause FAR 52.217-8, Option to Extend Services; and FAR 52.217-9, and Option to Extend the Term of the Contract. IMPORTANT NOTICES: This acquisition will be competitively set-aside for Small Business (SB) concerns. A SB will be considered small under North American Classification System (NAICS) code 221320 with a size standard of $7M. All offerors must be registered in the System for Acquisition Management (SAM) which is a Government owned and operated free web site that consolidates the capabilities in Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA) and the Excluded Parties Listing System (EPLS) at the website: https://www.sam.gov/portal/public/SAM. You are required to create a user account to register and/or update your entity records (i.e., Commercial and Government Entity (CAGE) Code, DUNs number, etc.) in SAM which were previously located in separate CCR and ORCA websites. This information is necessary in order to receive award consideration. All questions concerning this notice should be submitted electronically via facsimile or email to the Points of Contact as indicated in this announcement. All information pertaining to this announcement, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via Federal Business Opportunities (FebBizOpps) at https://www.fbo.gov. OTHER DETAILS: The solicitation, which will include a preproposal site visit date as indicated in AFFARS 5352.215-9001, Notice of Pre-Bid/Pre-Proposal; and other attachments will be posted on or about 21 Feb 13 and MUST be downloaded from FedBizOpps website: www.fbo.gov. DO NOT REQUEST VIA MAIL OR FAX as no paper copies will be issued. It is important to check this site frequently for any updates/amendments. When the solicitation and all associated documents have been downloaded, it is important to read the solicitation in its entirety because there are dates, terms and conditions that must be met by the prospective offeror in order for the proposal to be considered responsive. Holloman AFB is located about 9 miles west of Alamogordo, New Mexico on Highway 70/82; 90 miles north of El Paso, Texas, and 60 miles east of Las Cruces, New Mexico. Holloman AFB resides in Otero County.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-13-R-0005/listing.html)
 
Place of Performance
Address: Point of Contact, Glenn Bridges, Contract Specialist, Phone 575-572-5297, Fax 575-572-7333, Email glenn.bridges@holloman.af.mil; Sally Roberts, Contracting Officer, Phone 575-572-5293, Fax 575-572-7333, Email sally.roberts@holloman.af.mil. Contracting Office Address: 490 First Street, Suite 2160., Holloman AFB, New Mexico, 88330-8277, United States
Zip Code: 88330-8277
 
Record
SN02951975-W 20121221/121219234522-de8be5d5e9551882b832193e182eaf38 (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.