Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2001 PSA #2934
SOLICITATIONS

99 -- CLEAN OIL SEPARATORS AND GREASE TRAPS

Notice Date
September 10, 2001
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
ZIP Code
20332-0305
Solicitation Number
F49642-01-T-0322
Response Due
September 20, 2001
Point of Contact
Courtney Baumgartner, Contract Specialist, Phone 202-767-7874, Fax 202-767-7896, Email courtney.baumgartner@bolling.af.mil -- Daffeney Dortly, Contract Specialist, Phone 2027677873, Email daffeney.dortly@bolling.af.mil
Description
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 number F49642-01-T-0322. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. This is a small business set-aside. NIACS Code is 562998 and the SIC Code is 4959. The business size standard is 5 million. Wage Determination No. 94-2103, Rev 24, dated 31 May 01 can be located at www.ceals.usace.army.mil/netahtml/servcmg/html. In order to be considered responsive, offerors must certify in writing that their proposal meets all requirements set forth in this solicitation, attached included. Schedule B. Non-Personal Services 1.1 The following short work description shall serve as general information only and shall not limit the contractors responsibility or obligations to conform to all state and local laws and in accordance with manufacturers recommendations. The location that all work will be completed is on Bolling Air Force Base, D.C. The contractor shall perform all operations in accordance with industry standards and the attached statement of work. PART I STATEMENT OF WORK -- SW 1-01 SCOPE: Contractor to furnish all plant, labor, equipment, materials and appliances and perform all operations necessary to pump and clean grease traps and oil separators every other month beginning in Oct and continuing services for Dec, Feb, Apr, Jun and Aug. NOTE: See TP 3-05 for Building 2565, P-50 and 4514. SW 1-02 Contractor may be required to respond for emergency service requests due to overflows (4 each estimated emergency service requests.) SW 1-03 Contractor shall dispose of all grease trap and oil separator waste material collected by the Contractor on BAFB, shall be emptied off-base, in contractor furnished, sanitary areas or other off-base systems or facilities, in strict compliance with current County. State and Federal Air Pollution Control and Disposal Regulations and provide the government with copies of all disposal regulations and provide the government with copies of all disposal documents. SW 1-04 Contractor shall have/carry all current licenses/equipment certification for handling and disposing of hazardous and non-hazardous materials. SW 1-05 Contractor shall provide five (5), two (2) drum secondary containment workstations, with ten (10) fifty-five (55) gallon drums. Fifty-five gallon drums shall allow easy access for pouring and pumping used cooking grease. Containments shall be placed at the following facilities: Building 50 -- Officer Club, Building 1301 -- Dining Hall, Building 1310 -- Bowling Lane, Building 2482 Slip Inn, Building 2565 NCO Club. Although the contractor shall retain all revenues generated by sale of used cooking grease. The contractor shall provide original sales receipts for recycling used cooking grease to the Quality Assurance person no later than the seventh working day of the month following the sale month. The sales receipts shall contain the weight and type of the items recycled and revenue received. SW 1-06 The government reserves the right to inspect all contractors equipment, facilities and licenses to confirm contractors compliance with all current environment protection agency regulations/license. PART II SPECIAL CONDITIONS -- SC 2-01 PROJECT MANAGER: The Contract shall provide a project manager or person who shall be responsible for the component performance of the work, and shall have full authority to act for the Contractor. The project manager shall also be able to read, write, speak and understand English. SC 2-02 EMPLOYEES: Contractor personnel shall present a neat appearance and be easily recognized while on base. This may be accomplished by wearing distinctive clothing bearing the name of the company, or by wearing appropriate badges which contain the company name and employee name. The Contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the Contractors expense. The Contractor shall also ensure that employees have valid/current drivers licenses as applicable to operate equipment in accordance with state, county and local laws and regulations. The abrupt absence of the Contractor at any time shall not constitute an excuse for nonperformance under this contract. SC 2-03 PERFORMANCE EVALUATION MEETINGS: The project manager shall meet with the QAE and the Contracting Officer during the first month of the contract. Meetings will be as often as necessary thereafter, as determined by the Contracting Officer. A mutual effort will be made to resolve all problems identified. The Contractors Manager, Contracting Officer and QAE will sign the written minutes of these meetings. Should the Contractor at any time shall not constitute an excuse for nonperformance under this contract SC 2-04 Hours of Operation: a. Normal Hours: The Contractor shall maintain the following customer service hours: 0400-1500. b. Recognized Holidays: The Contractor is not required to provide normal service on the following days: New Years Day, Labor Day, Martin Luther King JRs Birthday, Columbus Day, Presidents Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. SC 2-05 Contractors Equipment: Contractors furnished equipment shall conform to all state, county and local laws, and comply with all OSHA/Safety rules and Base Regulations. SC 2-06 Disposal of all grease traps and oil separator waste, material collected by the Contractor on BAFB shall be emptied in off-base, contractor furnished, sanitary areas or other off-base systems or facilities, in strict compliance with current county, state and federal air pollution control and disposal regulations. SC 2-07 Contractor furnished Items and Service: Except for these items or services specifically stated to be Government furnished in Section SC 2-09, the Contract shall furnish everything required to perform this Statement of Work. SC 2-08 Government Furnished Items: Hot water located in the vicinity of the grease traps. SC 2-09 Security Requirements: Contractor and his maintenance personnel must be eligible for U.S. Secret (i.e., U.S. Citizen). PART III TECHNICAL PROVISIONS=20 TP 3-01 Contractors shall furnish all plant, labor, equipment, materials and appliance necessary to pump and clean grease traps and oil separators at various locations on Bolling AFB. TP 3-02 Contract steam clean all shall scrape all walls and floors and flush traps with hot water immediately after cleaning and pump out residual grease and water. To assure that traps are properly functioning from trap to sanitary sewer connections, flush with hot water again. TP 3-03 After pumping, Contractor shall scrape all walls and floors and flush traps with hot water immediately after cleaning and pump out residual grease and water. To assure that traps are properly functioning from trap to sanitary sewer connections, flush with hot water again. TP 3-04 Locations of grease traps and oil separators: a. Bldg.8, Auto Hobby Shop, 3 oil separators; b. Bldg.8, Auto Hobby Shop, 1 water claim system; c. Bldg.8, Auto Hobby Shop, 1 car wash pit; d. Bldg.4456, Child Development Center, Grease Trap; e. Bldg.P-50, Officers Club, 2 grease traps; north side of loading dock or employees; f. Bldg.362, Base Motor Pool, 2 oil separators, month end; g. Bldg.364, Base Motor Pool Wash Rack, 1 oil separator outside; h. Bldg.1301, Base Dining Hall, The 2 grease traps are located inside; i. Bldg.2565, NCO Club, 2 grease traps; one north side loading ramp, and one West Side, northwest end of building (See TP-05); j. Bldg.4514, Base Exchange, 1 oil separator, East Side; k. Bldg.4500, Burger King, 1 grease trap located outside drive through; l. Bldg.4570, Commissary, 1 grease trap located north side of back loading dock; m. Bldg.2482, Slip Inn, grease trap; n. Bldg.1300 Bowling Center, Grease Trap. TP 3-05 Contractor shall provide services for every other month beginning in November of Fiscal Year and continuing services for Dec, Feb, Apr, Jun and Aug, except for Buildings 2565, P-50, 1300, 4500, and 4514. These six buildings shall be serviced every month. TP 3-06 Contractor shall provide services every week beginning 1 October 2001 at Building 1301, Base Dining Hall. =20 SUGGESTED BID SCHEDULE: 0001: Bldg.8, Auto Hobby Shop, 3 oil separators $_______ Ea. $_______Total. 0002: Bldg.8, Auto Hobby Shop, 1 water claim system $_______ Ea. $_______Total. 0003: Bldg.8, Auto Hobby Shop, 1 car wash pit $_______ Ea. $_______Total. 0004: Bldg.4456, Child Development Center, Grease Trap $_______ Ea. $_______Total. 0005: Bldg.P-50, Officers Club 2 grease traps; north side of loading dock or employees $_______ Ea. $_______Total. 0006: Bldg.362, Base Motor Pool, 2 oil separators, month end $_______ Ea. $_______Total. 0007: Bldg.364, Base Motor Pool Wash Rack, 1 oil separator outside $_______ Ea. $_______Total. 0008: Bldg.1301, Base Dining Hall The 2 grease traps are located inside $_______ Ea. $_______Total. 0009: Bldg.2565, NCO Club, 2 grease traps; one north side loading ramp, and one West Side, northwest end of building (See TP-05) $_______ Ea. $_______Total. 0010: Bldg.4514, Base Exchange, 1 oil separator, East Side $_______ Ea. $_______Total. 0011: Bldg.4500, Burger King, 1 grease trap located outside drive through $_______ Ea. $_______Total. 0012: Bldg.4570, Commissary, 1 grease trap located north side of back loading dock $_______ Ea. $_______Total. 0013: Bldg.2482, Slip Inn, grease trap $_______ Ea. $_______Total. 0014: Bldg.1300 Bowling Center, Grease Trap $_______ Ea. $_______Total. TP 3-05 Contractor shall provide services for every other month beginning in November of Fiscal Year and continuing services for Dec, Feb, Apr, Jun and Aug, except for Buildings 2565, P-50, 1300, 4500, and 4514. These six buildings shall be serviced every month. TP 3-06 Contractor shall provide services every week beginning 1 October 2001 at Building 1301 Base Dining Hall. COORDINATION: Contractor shall contact Ms. Helen Walker/Mr. Ardell Wenzel, Bldg. 370, 767-1259, 767-1092 prior to start of work. 2. INVOICES: The contractor shall submit itemized invoices reflecting all intervening service calls including labor and parts and scheduled preventative maintenance on a monthly basis. Invoices shall show the contract number, the name of the equipment, building number, date of service. Invoices shall be submitted in arrears in four (4) copies to Service Contract Management, 11 CES/CEOEC, 370 Brookley Avenue, Bolling AFB, DC 20332-6000. No payments will be made until an invoice, with properly acknowledged documentation is received and approved by the Contracting Officer or the Government representative. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined most advantageous to the Government. Award will be made on an all or none basis. Quotations must include name, address, telephone number, business size/type, cage code, tax ID number and Dunns number, as well as type of small business (i.e., woman or minority owned, etc.). Offeror must include with its offer, a completed copy of the provision at FAR 52.212-3. All responses to this solicitation are due by 4:00 P.M. Eastern Time on 20 September 2001. The proposal shall be signed by an official authorized to bind the company. All offerors must be registered in the Central Contracting Registration (CCR) to be eligible for award. Contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil/. The following statements, clauses, and provisions are incorporated in this solicitation: 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; 52.232-18, Availability Of Funds, 52.219-6, Notice Of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition Of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action For Disabled Veterans And Veterans of the Vietnam Era; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; 52.222-41, Service Contract Act of 1965, as amended; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.226-1, Utilization of Indian Organizations and Indian-Owned Economic Enterprises; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.225-13, Restrictions on Certain Foreign Purchases; 52.233-3, Protest After Award; 52.237-2, Protection of Government Building, Equipment and Vegetation; 52.237-3, Continuity of Services; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; 52.253-1, Computer Generated Forms; 252.204-7004, Required Central Contractor Registration; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations In Clauses (Apr 1984); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Apr 1999) (Deviation); 252.225.7000, Buy American Act Balance of Payments Program Certificate; 5352.242-9000, Contractor Access to Air Force Installations. The procurement herein is included or provided in the FY02 financial plan. No obligation may be incurred under this statement until FY02 funds have been certified. Questions concerning this solicitation may be addressed to the SSgt Courtney Baumgartner at (202) 767-7874.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-01-T-0322/listing.htm l)
Record
Loren Data Corp. 20010912/99SOL004.HTM (D-253 SN50X2L0)

99 - Miscellaneous Index  |  Issue Index |
Created on September 10, 2001 by Loren Data Corp. -- info@ld.com