MODIFICATION
S -- Lead Decontamination Services - Amendment 1
- Notice Date
- 3/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- W912JV-18-Q-7005
- Archive Date
- 3/24/2018
- Point of Contact
- Joel Sire, Phone: 541-885-6181
- E-Mail Address
-
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Floorplan/drawing. View of outdoor range. Statement of Work with Revised Period of Performance (PoP). Service Contract Act 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; quotes are being requested and a written solicitation will not be issued. This solicitation: W912JV-18-Q-7005 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 562910 and the small business size standard is $20.5 Million. The following commercial services/items are requested: CLIN Quantity Unit Description 0001 1 Job Lead Decontamination Services IAW Attached SOW 0002 1 Each Brass Collector, Bag-A-Nut P/N: A8003 Or Equal 0003 1 Each Sticky Mats, Controlled Environment Equipment P/N: CE-CSD184538FBBMNX Or Equal 0004 1 Each Hepa Vac, NILFISK INC P/N: 9055314040 Or Equal Delivery/performance address: KINGSLEY FIELD 221 Wagner Street Klamath Falls, OR 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. FAR 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. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.211-6 -- Brand Name or Equal. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-41 -- Service Contract Labor Standards FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-11 -- Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers. DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 -- Buy American and Balance of Payments Program DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled 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 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.244-7000 -- Subcontracts for Commercial Items. DFARS 252.247-7023 -- Transportation of Supplies by Sea. Submit the price quote information via email to SSgt Joel Sire at joel.a.sire.mil@mail.mil and to SMSgt Jerry Fuls at jerry.e.fuls.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 12:00 PM Pacific Time on Friday 9 March 2018. Oral Quotes will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable. Q: What are the details of the previous contract? A: This is a new requirement, and there are no previous contracts for these services at Kingsley Field ANGB. Q: Page 2 of 5 of the PWS states that contractor must obtain a dig permit. Is this required? A: Only when required, and digging is not anticipated. Q: Page 4 of 5 states that the project must be completed within 14-days. Does the 14-days include the sampling, mailing time & lab analysis for both pre and post sampling? A: IAW USAFSAM the method of sampling lead dust is EPA 6010C using ghost wipe sampling media. An additional 14 days will be added to the period of performance (PoP) to allow for lab analysis for a total PoP of 28 days. Q: What format are quotes to be submitted and to whom? A: Quotes may be in the vendor's standard commercial format, and must be submitted to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Q: Is the successful contractor to perform his own pre and post testing? A: Yes, contractor should accomplish pre and post sampling to verify lead surface levels prior to clean up and to show range is clean. Q: Does owner expect the concrete floors to be cleaned to 40ug/ft2 or less? A: Expectation is to clean concrete floors to between 40µg/ft2 -200µg/ft2 IAW 1910.1025 All surfaces shall be maintained as free as practicable of accumulations of lead and clarification of ‘as fee as practicable' and lead contamination under 29 CFR 1926.62 recommends cleaning to 200ug/ft2. This range hosts public shooters, thus a more conservative level is requested. (See attachment for clarification) Q: Is sealing the concrete an option if the owner's threshold cannot be achieved? A: As long as it can be done resulting in a non-slip surface. Q: To what surfaces does the acceptable lead dust level of 200ug/ft2 apply? A: Floors within the classroom building, classroom desktops recommended cleaning dust levels to 40ug/ft2 (reference: BNL) Q: Are photographs of the focus area available? A: Some photographs may be taken during a site visit if requested by the offeror. Q: Can you provide dimensions of Building 585 and a floor plan? A: Yes and they will be posted. Q: 1st paragraph under site work. The last sentence references air sampling. There is no verbiage on change mechanical filters. What is the purpose of air sampling? A: I don't think this is necessary. Q: There is no limitation or schedule on the amount of testing. Can you provide a scale on which to budget testing? A: A minimum of 25 samples throughout firing range IAW NG PAM 420-15 appendix C, (BE functional recommended using army guidance and sampling strategy). Q: Does the government require a permit to perform this work? A: No. Q: In the firing range bid items does not have a line item for testing after cleaning. A: Swipe sampling post clean up required to show range is clean. Q: Will there be a site visit? A: Offerors may request a site visit via e-mail. Q: Page 5 of 5 of the PWS contains a table with 3-listed items that the contractor is to deliver to the owner upon completion of the lead dust clean-up. What is the purpose of this and in what condition are the items to be delivered? A: The purpose of these supplies is to enable the user to care for the focus area after the service is complete. The items are to be delivered to the customer upon completion of the service in "new" condition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7005/listing.html)
- Place of Performance
- Address: Kingsley Field, Klamath Falls, Oregon, 97603, United States
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN04841456-W 20180305/180303230044-8e82ea60ea0ac25987fc51cd7c2a972f (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 |