Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:F3H3G39099AW02-B457
This is a 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 cons...
This is a 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 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 (effective 15 June 2016). This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 541620 and the small business size standard is $15 Million. CLIN 0001 - B457 Site Investigation Site Investigation The contractor shall complete a Tier 1 Site Investigation at Building 457/Tank #3. The Tier 1 Investigation will not be initiated until written notification is received from the NDEQ indicating the Tier 1 Site Investigation Work Plan Form has been accepted. Prior to beginning intrusive activities, a Dig Permit will need to be coordinated with Offutt AFB. The Tier 1 Site Investigation shall be completed in accordance with NDEQs Risk-Based Corrective Action (RBCA) At Petroleum Release Sites: Tier 1/Tier 2 Assessments & Reports (May 2009) environmental guidance document. At a minimum, soil and/or groundwater samples shall be collected at each source area, downgradient of the source area(s), and upgradient of the source area(s). Report The contractor shall complete a Tier 1 Site Investigation Report. The Tier 1 Site Investigation Report shall be completed in accordance with NDEQs Risk-Based Corrective Action (RBCA) At Petroleum Release Sites: Tier 1/Tier 2 Assessments & Reports (May 2009) environmental guidance document. A Draft version of the report shall be provided to OAFB for review and comment prior to submitting to the NDEQ. The following provisions and clauses apply to this requirement: - FAR 52.212-1, Instructions to Offerors--Commercial Items, - FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, - FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, - 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. The following clauses within applies: 52.219-6; 52.219-28;52.222-3;52.222-21;52.22-26;52.222-41;52.222-42;52.222-43;52.222-44;52.222-50;52.225-13;52.232-33 - FAR 52.222-41, Service Contract Labor Standards - FAR 52.222-55, Minimum Wage Under Executive Order 13658 (a wage determination will be included at time of award) - Additional Clauses will be included at time of award. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes are due to POC listed below (preferably by email) by no later than due time of 1400hrs/02:00 PM CST on 21 May 2019. Please send all quotes to: TYLER J. RICHMOND, SrA, USAF Contract Specialist, 55 CONS/ PKB 101 Washington Sq. Offutt AFB, NE 68113 tyler.richmond@us.af.mil FAX: (402) 232-0590 DSN: 272-0590