Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
MODIFICATION

Z -- Replace Water Media

Notice Date
10/15/2004
 
Notice Type
Modification
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361
 
ZIP Code
08361
 
Solicitation Number
RFQ20403-0019-4
 
Response Due
10/20/2004
 
Archive Date
5/30/2005
 
Description
Solicitation amended to include answers to vendor questions. Solicitation Questions and Answers RFQ20403-0019-4 Replace Water Media, FCI Fairton 1. Concerning the spent media: Please provide the dose rate, what the media is contaminated with and whether it is bead or powdex resin. Answer: The dose rate and contaminants are not known. The resin is bead. 2. What is the expected time frame for performing the work? Answer: See Solicitation under Schedule. 3. Are there any special requirements for the replacement media (i.e., superfines, TOC)? Answer: See Solicitation under Method of Performance. 4. Clarify what a vactor w/side discharge is. Answer: Requirement was removed, see Amendment #1. 5. Is there is a way to get Plans & Specs for the project? Answer: The solicitation was posted in its entirety, there are no drawings or other attachments for this project. 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 the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ20403-0019-04. The North American Industrial Classification System Code is 221310. This solicitation is not set-a-side for small business. The Government intends to make a single award with firm fixed price. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. STATEMENT OF WORK The Federal Correctional Institution located in Fairton, New Jersey, intends to award a water media replacement/ removal services contract to a responsible contractor who can provide the services in accordance with the following requirements: METHOD OF PERFORMANCE The Contractor shall provide all equipment and labor required to replace and remove, transport, handle, process, and dispose of approximately 6,000 pounds of ion exchange resin, from the water treatment plant located at the Federal Correctional Institution, Fairton, New Jersey. Payment shall be based on the contract "per pound? price. The following equipment and labor must be provided: One Supervisor, one equipment operator, one laborer, one vactor w/side discharge, one utility truck, four cubic yard boxes (for transport), confined space equipment. The contractor shall ensure that all ion exchange resin removed from the water treatment plant is disposed of in accordance with Environmental Protection Agency, state and local regulations, and transported to a licensed and permitted TSD facility capable of handling low level radioactive material. Contractor shall be solely responsible for any fines levied as a result of the contractor's failure to comply with laws or regulations. The contractor will replace the used ion media with new ? Rohm and Haas SF 120 resin? to the specifications of Federal Correctional Institutional, Fairton, New Jersey`s water treatment plant. All licenses, permits, fees, notifications, documentation, and reports related to the disposal of low level radioactive material to a fully licensed TSD facility shall be the responsibility of the contractor. Copies of all documentation shall be provided to the COTR when work begins. The contractor shall be an approved licensed transporter of low radioactive resin by the New Jersey Department of Environmental Protection. The ion resin waste shall be transported to a TSD facility approved by the New Jersey State Department of Environmental Protection. The contractor shall be responsible for all spills and related clean-up costs. The contractor shall provide official manifest for transport of low level radioactive ion resin. The receipts shall be addressed to the Contracting Officer's Technical Representative (COTR) at the Federal Correctional Institution, Fairton, New Jersey, prior to transport. AT NO TIME SHALL THE TRANSPORT VEHICLE BE LEFT ON ANY PART OF THE FEDERAL PROPERTY UNATTENDED. SCHEDULE The contractor shall remove/replace the ion resin within ten (10) working days of notification by the Contracting Officer or the COTR. Work will be completed during normal working hours, not to exceed one (1) day. MAINTENANCE All required repairs to the transport vehicle shall be the sole responsibility of the contractor. MINIMUM REQUIREMENTS In order for a quotation to be evaluated, a contractor shall submit a copy of their New Jersey Department of Environmental Protection license designating them as an approved low radioactive transporter for the State of New Jersey. Quoters that meet this requirement will be considered for award based on the most advantageous offer to the Government. SPECIAL CONTRACT REQUIREMENTS/CONTRACT SECURITY The following investigative procedures will be applied and appropriate forms completed before an individual(s) is permitted on institutional property. 1. NCIC Check - National Crime Information Center Check Contractors shall agree to submit to the above requirement prior to any contractual agreement with the Federal Bureau of Prisons. MISCELLANEOUS INFORMATION This is a contractual agreement, not a personnel appointment. The service does not constitute an employer/employee relationship. The contractor is expected to complete all tasks outlined in this Statement of Work. The contractor will not be subject to government supervision, except for security-related matters. However, contractor performance shall be closely monitored. Payment is based on the provision of an end product or the accomplishment of a specific result. No contract will be awarded to a company whose personnel have not met the qualifications outlined in this Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with quotation. This provision is available to the offeror online at http://www.arnet.gov/far. The Following FAR Clauses and Provisions Apply to this Acquisition: 52.252-2, Clauses Incorporated By Reference 52.212-1, Instructions to Offers-Commercial Items 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 52.222-3, Convict Labor 52.222-19, Child Labor?Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act?Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.225-15, Sanctioned European Union Country End Products 52.225-16, Sanctioned European Union Country Services 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2, Service of Protest; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation JAR 2852.201-70, Contracting Officer?s Technical Representative (COTR) JAR 2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material JAR 2852.233-70, Protests Filed Directly With the Department of Justice Faith-Based and Community-Based Organizations DOJ Contractor Residency Requirement BOP Clause: For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm,gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) Request for Quote Number - (RFQ 20403-0019-04) 2) Schedule of Items - (Price Quote based on "per pound? price) 3) Offers Representations and Certifications ( FAR 52.212-3) 4) A copy of their New Jersey Department of Environmental Protection license designating them as an approved low radioactive transporter for the State of New Jersey. Offers must be received at the Federal Correctional Institution, P.O. Box 280, Fairton, NJ 08320, ATTN: Stephanie Davison, Supervisory Contract Specialist no later than September 30, 2004 at 2:00 PM local time. Offers may also be faxed to 856-453-4194 or e-mailed to sdavison@bop.gov.
 
Place of Performance
Address: Federal Correctional Institution,, 655 Fairton-Millville Rd., Fairton, NJ
Zip Code: 08320
Country: USA
 
Record
SN00694732-W 20041017/041015211647 (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.