Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

V -- TRANSPORT GOVERNMENT PROVIDED POTABLE WATER

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-04-R-0008
 
Response Due
4/7/2004
 
Archive Date
6/6/2004
 
Point of Contact
Mardel Jones, (915) 568-3704
 
E-Mail Address
ACA, Fort Bliss
(jonesm@bliss.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS. This RFP W911SG-04-R-0008 is for commercial service for transportation of government provided potable water prepared in accordance with the format in FAR Subpart 12.6 and supplemented wi th additional information included in this notice. The Standard Industrial Classification Code is 4212 and the North American Industry Classification System is 488390. Wage rate determination 1994-2511, Revsion No. 3, dated 09/03/2003 is incorporated. D escription of service, Fort Bliss, Texas is soliciting for a Requirements type contract to transport government furnished water to and from Oro Grande Base Camp to various North McGregor Range Areas. This combine synopsis/solictiation is 100% set aside sm all business. The performance period is 1 Jun 2004,31 May 2005 plus 9 options. Award of a firm fixed price contract is contemplated. This acquisition will be accomplished in accordance with the procedures in FAR Parts 12-Acquisition of Commercial Items is subject to the Service Contract Act of 1965, as amended. The Government reserves the unilateral right to exercise any option periods. All prospective offerors interested in submitting proposals must have a Commercial and Government Entity (CAGE) code a nd a current registration in the Central Contractor Registration (CCR) at www.ccr2000.com. This notice does not obligate the Government to award a contract; it does not restrict the Governments ultimate approach, nor does it obligate the Government to pay for any proposal preparation costs. Pricing shall be submitted for Base and all Option years (same statement of work) on ITEMS for each option year. Minimum order/maximum order for all years; Minimum (26,000 gallons) and Maximum (104,000 gallons) deliver ies not required by contractor after 31 May 06. BASE PERIOD, 1 JUN 04 31 MAY 05 ITEM 0001, EST QTY 208,000 GALLONS, PROVIDE TRANSPORTATION OF GOVERNMENT PROVIDED POTABLE WATER FROM THE STANDPIPE AT ORE GRANDE BASE CAMP TO THE VARIOUS WATER TANKS AT VARIO US WATER TANKS AT NORTH MCGREGOR . OPTION I 1 JUN 05 31 MAY 06 ITEM 0101, EST QTY, 208,000 GALLONS OPTION II 1 JUN 06 31 MAY 07 ITEM 0201, EST QTY, 208,000 GALLONS OPTION III 1 JUN 07 31 MAY 08 ITEM 301, EST QTY, 208,000 GALLONS OPTION IV 1 JUN 08 31 MAY 09 ITEM 0401, EST QTY, 208,000 GALLONS OPTION V 1 JUN 09 31 MAY 10 ITEM 0501, EST QTY, 208,000 GALLONS OPTION VI 1 JUN 10 31 MAY 11 ITEM 0601, EST QTY, 208,000 GALLONS OPTION VII 1 JUN 11 31 MAY 12 ITEM 0701, EST QTY, 208,000 GALLONS OPTI ON VIII 1 JUN 12 31 MAY 13 ITEM 0801, EST QTY, 208,000 GALLONS OPTION VIIII 1 JUN 13 31 MAY 14 ITEM 0901, EST QTY, 208,000 GALLONS The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000); 52.212-3, Offeror Representations and Certification-Commercial Items ( must be completed and submitted via fax to 915-568-0836 attn: Mardel Jones); FAR Clause 52.212-2 Evalution-Commerical Items, (evaluation factors: Past performance is l ess important than price) 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002) are incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (DEC 2001) applies to this RFP and the following clauses cited in the clause apply: 52.222-3, Convict Labor (E.O. 11755); 52.233-3, Protest After Award (31 U.S.C. 3553); 52.219-8 Utilization of Small Business Concerns (15 U.S.C. 637 (d) (2) and (3)), 52.219-9 Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)); 52-219-14, Limitation on Sub-contracting (15 U.S.C. 637 (a) (14)); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36. Affirmative Action for Workers with Disabilit ies (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212); 52.222-19, Child labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy America n Act-Supplies (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration, and 52.222-41, Service Contract Act of 1965, as Amended (41U.S.C. 351, et seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (MAY 1989); 52.223-6 Drug Free Workplace (MAY 2001); 52.217-05 Evaluation of Options (Jul 19 90); Vehicle Registration. The following clauses with fill-ins where applicale apply and are available in full text upon request: 52.209-5, Limitations (Oct 1995); 52.216-19 Order Limitations (Oct 1995) 52.216-21 Requirements (Oct 1995); 52.216-22 Indef enite Quantity (Oct 1995); 52.217-08 Option to Extend Services (Nov 1999); 52.217-09 Option to Extend the Term of the Contract (Mar 2000); 52.228-5, Insurance-Work on a Government Installation (JAN 1997); Warranty of Services (MAY 2001); 52.244-2 SubContra cts (AUG 1998); 52.237-1 Site Visit (APR 1984). The following DFAR Clauses apply: 252.201-7000, Contracting Officers' Representative (DEC 1991); 252.203-7001 Prohibition on Persons Convicted of Fraud or other Defense Related Felonies (MAR 1999); 252.203-7 002 Display of DOD HotLine Poster (MAR 1999); Offerors must submit the following to be considered for award: 1) a completed copy of FAR Clause 52.212-3; 2)Pricing for Base and all Options years. Proposals due by 7 April 2004 by 0900 a.m. mountain time to the Directorate of Contracting, ATTN: Mardel Jones, Bldg 2021 Club Road, Fort Bliss, Texas 79916-6812 or faxed to Mardel Jones (915) 568-0836. For information please contact Mardel Jones at (915-568-3704).
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK05/W911SG-04-R-0008/listing.html)
 
Place of Performance
Address: ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
Country: US
 
Record
SN00540993-F 20040311/040309230853 (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  © 1994-2020, Loren Data Corp.