Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

S -- Licensed boiler plant operators to staff boiler plant with an operator, 3 shifts, 24 hours, 7 days a week continuous operations, including weekends and Holidays for a one year period at building 5252, fort dix, NJ.

Notice Date
7/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Dix, Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
DABJ1503B0033 0001
 
Response Due
7/23/2003
 
Archive Date
9/21/2003
 
Point of Contact
GREG FIORILLO, (609) 562-2093
 
E-Mail Address
Email your questions to ACA, Fort Dix
(gregory.fiorillo@dix.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. This is a combined synopsis/solicitation for commercial services 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; bids are being requested and a written solicitation will not be issued. 2. Invitation for Bid Number DABJ15-03-B-0033. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. 4. This procurement is being solicited unrestricted under NAICs code 561210 with a size standard of $6.0M. 5. Line Item 0001, Quantity and Unit of Issue are 12 months. 6. Contractor to provide licensed boiler plant operators on rotating straight time shifts in order to staff the boiler plant with an operator, 3 shifts, 24 hours, 7 days a week continuous operations, including Saturdays and Sundays, and Holidays in strict accordance with the contract specifications for the period 1 August 2003, or date of award if subsequent thereto, through 31 July 2004 at building 5252, Fort Dix, NJ. Specifications (3 pages) are available upon written request. All offerors are require d to review specifications prior to submitting a bid. You must mail your bid to Greg Fiorillo. Address: Department of the Army, Army Reserve Contracting Center, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097. 7. You must complete the following bid schedule: U/I Price Per Month Total Price 12 MO $_____________ $________________ 8. Provision 52.212-1, ??????Instructions to Bidders ?????? Commercial??????, applies to this IFB including Addendum 1 which states the following: a. Paragraphs (D), (E), (H), and (I) are hereby deleted from the above referenced provisions. b. . The sentence, ??????The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449)?????? shall be deleted and replaced with, ??????The NAICS code and small business size standard for this acquisition is 561210, $6.0M. 9. All bidders must complete and include a copy of Provision 52.212-3, ??????Bidder Representations and Certifications ?????? Commercial Items??????, with the bid. 10. Clause 52.212-4, ??????Contract Terms and Conditions ?????? Commercial Items??????, applies to this IFB, including addendum 1 which states the following: Far Clause 52.212-4, ??????Contract Terms and Conditions ?????? Commercial Items??????, is modified as follows: Delete paragraphs (h) Patent indemnity), (j) Risk of loss, (n) Title, (o) Warranty and (p) Limitation of Liability. 11. Clause 52.212-5, ??????Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?????? Commercial Items??????, applies to this IFB along with the following additional FAR clauses cited in the clause: 52.203-6, 52.219-4, 52.219- 8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36, 52.222-41, 52.222-42, 52.222-44. 12. The following clauses apply to this IFB: a. FAR 52.228-5, Insurance ?????? Work on a Government Installation b. Fort Dix Clause 52.002-4019, Required Insurance (Available upon request) c. DFAR 252.204-7004, Required Central Contractor Registration d. DFAR 252.212-7000, Offeror Representations and Certifications ?????? Commercial Items - All bidders must complete and include a copy of this clause with the bid. e. DFAR 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Coomercial Items, including the additional clauses FAR 52.203-3, DFAR 252.232-7003, DFAR 252.243-7002, DFAR 252.247 -7023. f. Fort Dix Clause 52.100-4038, Security 13. Award will be made to that responsive, responsible bidder whose bid is low. 14. Bid opening is scheduled for 23 July 2003, 2:00pm EST. Mail your bid to Department of the Army, Army Reserve Contracting Center, 5418 Sou th Scott Plaza, Fort Dix, NJ 08640-5097. The outside envelope shall indicate the solicitation number, closing date and time. Ddue to restricted access to Fort Dix, contractors that will be handcarrying their bid are required to submit to the Contracting Officer a list of personnel planning to deliver the package and/or attend the bid opening 23 July 2003, 2:00pm Eastern Standard Time. Contractors must also furnish the approximate time of arrival and the gate they will utilize. This information must be furnished no later than twenty four (24) hours before bid opening. Contractors are cautioned that there may be delays at the gates and should allow adequate time for entering the installation to ensure packages are received prior to the time and date for receipt of bid . Failure for packages to be received timely may be cause for rejection of the entire bid . All individuals must have a picture ID and no substitutions are authorized. Vehicles are also subject to search. 15. All questions shall be in writing and can be directed to Greg Fiorillo at the address in paragraph 6 above, or send you question via email to gregory.fiorillo @dix.army.mil or fax to (609) 562-6933. 16. For more information on clauses and provisions and where they can be obtained, go to the following websites: www.arnet.gov/far or http://farsite.hill.af.mil. 17. The following wage determination applies to this IFB: Department of Labor Wage Determination No. 94-2449 REV (17), dated 06/05/2003, Revision No. 17. 18. Security The contractor shall provide criminal background/security checks on all personnel who must enter the military installation to perform the contract. At a minimum, the background check will consist of a Criminal History Check and Social Security Number Ve rification, going back at least five years. This background/security check shall be performed by the State Police or by a private investigative agency that is specifically licensed and bonded for this purpose in the state which the installation is located. Furthermore, all applicants shall be US citizens or be legally eligible to work within the United States or Puerto Rico. The list of names, social security numbers and results of the investigation shall be submitted to the Contracting Officer for approv al no later than 7 days prior to the start of contract performance. This is a prerequisite to receiving an identification card for access to the installation. As names are added or deleted, this information must be reported immediately to the contracting officer. Background checks must also be updated on a yearly basis. In addition to the contractor provided background check, additional agency checks may be performed at the discretion of agency police or other security personnel. The contractor agrees to cooperate and ensure that contractor personnel provide any documentation required to complete these checks. This may include but is not limited to, an SF-85 or an SF-85-P for an NCIC check. Personnel may be required to complete and sign this form. An y person lacking proper identification credentials or deemed a security threat may be denied access to the military installation. Such action in no way relieves the contractor from performance of the contract.
 
Place of Performance
Address: ACA, Fort Dix Directorate of Contracting, 5418 South Scott Plaza Fort Dix NJ
Zip Code: 08640-5097
Country: US
 
Record
SN00372923-W 20030718/030716213639 (fbodaily.com)
 
Source
FedBizOpps.gov 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.