Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

J--J -- Clean various size Diesel tanks

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-87-05
 
Response Due
9/26/2005
 
Archive Date
10/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation Request for Quote (RFQ) 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 VA Medical Center is seeking contractor to provide all labor, and parts to clean and treat with biocide and/or fuel stabilizer one (1) 30,000 gal, one (1) 10,000 gal, one (1) 1,000 gal, and seven (7) 100 gal diesel tanks. Cleaning will be conducted monthly and will be scheduled by a Contract Officer Technical Representative (COTR). All work shall be performed at the medical center?s convenience. The Base period is from October 1, 2005 through September 30, 2006 with four (4) one-year renewable option years subject to the availability of funds. QTY UNIT PRICE TOTAL PRICE BASE YEAR: 10/1/05 - 9/30/2006 12 Months $________ $________ Option Year 1 10/1/06 ? 9/30/2007 12 Months $________ $________ Option Year 2 10/1/07 ? 9/30/2008 12 Months $________ $________ Option Year 3 10/1/08 ? 9/30/2009 12 Months $________ $________ Option Year 4 10/1/09 ? 9/30/2010 12 Months $________ $________ GRAND TOTAL BASE YEAR thru OPTION YEAR 4$_____________________ The NAICS Code is 562998, with a small business size standard of $6M. This solicitation is a 100% total small business set-aside. A Firm Fixed price contract will be awarded. The Contractor shall adhere to all medical center policies. All contractor employees who require access to perform services at this Medical Center, shall be subject to finger printing by the VA Police Service. This requirement is applicable to all subcontractor personnel requiring the same access. Finger printing will be conducted on the 1st day of the personnel coming on site. Depending on the results of the fingerprinting, a background investigation may be necessary. 1. Contractor Responsibilities (a) The contractor shall prescreen all personnel requiring access to the VA Medical Center. (b) After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: 1. List of names of contractor personnel. 2. Social Security Number of contractor personnel. 3. Home address of contractor personnel. (a) Contractor should provide same list (see b. above) for all subcontractors. (b) Contractor is responsible to update lists as changes in personnel occur. (c) The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration to work under the contract. (e) Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities (a) After receiving the contractor?s list of employees the VA Police Service will fingerprint contractor employees at the Medical Center and issue an ID Badge. Contractor ID Badges must be worn at all times. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certification; 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 (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1)52.233-3, Protest after Award. (2)52.233-4, Applicable Law for Breach of Contract Claim (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (5)(i) 52.219-6, Notice of Total Small Business Set-Aside. [X] (14) 52.222-3, Convict Labor. [X] (16) 52.222-21, Prohibition of Segregated Facilities. [X] (17) 52.222-26, Equal Opportunity. [X] (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. [X] (19) 52.222-36, Affirmative Action for Workers with Disabilities. [X] (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. [X] (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees. [X] (26) 52.225-13, Restrictions on Certain Foreign Purchases. [X] (32) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Act of 1965, as Amended. [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires. Rates can be obtained from website: http://www.wdol.gov/sca.aspx#0, Wage Determination No. 1994-2103 Rev(34); 52.233-2 Service of Protest: (a) Protests, as defined in section 33.101 of the Federal Acquisitions Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgement of receipt from Purchasing and Contracting (688/90C), 50 Irving Street NW, Room 2D233, Washington, DC 20422. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure; 52.217-8 Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months; 52.217-9 Option to Extend the Term of the Contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days; 52.232-19 Availability of Funds for the Next Fiscal Year; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 852.211-71(A) Guarantee; 852.236-86 Workwoman?s Compensation; 52.228-5 Insurance-Work on a Government Installation; Supplemental Insurance Requirement; 52.236-09 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements; 52.236-07 Permits and Responsibilities. In accordance with FAR 28.307-2 the successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government. Offerors may obtain copies of the referenced provisions and clauses at: http://arnet.gov. Acceptance time will be within 60 days from bid opening date. Quotations must be received by 1:00 PM local time September 21, 2005 at: Room 3D233, Joy D Kamara (688/90C) VA Medical Center, 50 Irving Street NW, Washington DC 20422. Web based and faxed offers may be submitted.
 
Place of Performance
Address: Veteran Affairs Medical Center, 50 Irving Street NW, Washington DC
Zip Code: 20422
Country: United States
 
Record
SN00894842-W 20050916/050914211930 (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.