Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

99 -- Sludge Removal of Polishing Pond.

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M00318 Kaneohe Bay, HI
 
ZIP Code
00000
 
Solicitation Number
M0031805T0128
 
Response Due
6/20/2005
 
Archive Date
6/25/2005
 
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. Solicitation number M00318-05-T-0128 is being issued as a request for quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal effect of quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotation. This tailoring includes, but is not limited to, the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ?offer? or a derivative of that word appears, it is changed to ?quote? or a derivative of that word. Where the word ?propos! al? or a derivative of that word appears, it is changed to ?quote? or a derivative of that word. The provisions and clauses in this RFQ are those effective through Federal Acquisition Circular (FAC) 2005-02. This acquisition is unrestricted. The NAICS and the small business size standard for this procurement are 562998 and $6.0M respectively. The Regional Contracting Department, Marine Corps Base Hawaii intends on negotiating a Firm Fixed-Price contract for: 0001, Removal of Sludge from Polishing Pond at the Marine Corps Base Hawaii, 1 LOT. Provide equipment, labor, and material to remove sludge and vegetation in its entirety from the polishing pond at Marine Corps Base Hawaii, Kaneohe, HI. An optional site visit detailing the approximate scope of the area of the polishing pond is scheduled for 16 June 2005 at 09:00 a.m. HST. Please meet at Bldg 209, Marine Corps Base Hawaii. By electing not to attend the site visit, you assume the risk of, and agree to be bound by, whatev! er conditions exist at the site that would have been disclosed by a reasonable site investigation. In addition, the technical proposal may be downgraded due errors or omissions caused by failure to attend the site visit. All responsible parties shall notify the above point of contact no later than 15 June 2005 of their intent to attend the site visit.The process shall consist of the following: 1. Use vacuum truck to remove sludge. 2. Inject sludge into dewatering system. 3. Mix dry sludge with polymers. 4. Inject sludge mixture into MCBH drying beds. 5. Ensure site is in the same condition as it looked prior to the start of the job. Once work begins job shall be completed in 21 working days. Any damages caused during the removal of the sludge will be repaired and or replaced by contrator. Contractor will only be responsible for filling drying bed with sludge. The maintenance dept at MCBH will be responsible for coordinating, removing and disposing of the sludge fromthe drying bed to the base landfill.Place of performance is Marine Corps Base Hawaii, Kaneohe Bay, HI 96863. All contractors must be registered in the Central Contracting Registration database and Wide Area Workflow Receipt and Acceptance database. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a quotation. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (1) Technical, (2) Past Performance, and (3) Price. The quoter shall include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications! --Commercial Items, with i! ts quote. The following provisions and clauses are applicable: FAR 52.212-1, Instructions to Offerors--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; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Under FAR 52.212-5 the following clauses are incorporated: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Vete! rans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. Under DFARS 252.212-7001 the following clauses are incorporated: DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea. These clauses may be obtained via the internet at http://www.arnet.gov/far, http://farsite.hill.af.mil, and http://www.acq.osd.mil/dpap/dars/index.htm. Quotations are due no later than 20 June 2005, 1200 HST. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of r! eceiving facsimile equipment is 808-257-2350. The Government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should allow a reasonable time for facsimile transmission to be completed. All pages of the quote must reach the office before the specified deadline. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the Contracting Officer on the first page to ensure proper receipt. Quotations can be e-mailed to: riley.yogi@usmc.mil. Direct any questions or concerns in writing to: Ri! ley Yogi, Contract Specialist, fax 808-257-2350, or email to the address above.
 
Record
SN00828900-W 20050615/050613212020 (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.