Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
SOLICITATION NOTICE

R -- Dredge Environmental Study

Notice Date
4/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0063
 
Response Due
4/21/2006
 
Archive Date
6/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The procurement is 100% set-aside for small business concerns; all responsible sources may submit an Offer. The size standard for which is a concern, including its affiliates whose average annual gross revenue does not exceed $6.5 million. The NAIC S code is 541620. The Scope for Services reads: The Mobile District is required to enforce the Terms and Conditions of the Gulf of Mexico Regional Biological Opinion concerning the impacts of Hopper Dredging of Sea Turtles and Gulf Sturgeons. Monitoring a nd reporting of Hopper Dredging is required to ensure compliance with the Endangered Species Act. Contractor shall provide one (1) 70-foot steel hull trawler with nets and crew, one (1) National Marine Fishery Service (NMFS) approved trawl supervisor and one (1) state permitted NMFS approved trawl. Trawling to take place on side of the U.S. Hopper Dredge ATACHALAYA in the Mobile Bar Channel on or about 27 April 2006 for 40 days thereafter. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a separate written solicitation will not be issued. Solicitation number W91278-06-R-0063 applies and is issued as a Request for Proposal. This solicitation incorporates provisions and clauses in effect through FAR and DFAR Commercial Items. Applicable provisions FAR 52.212-1, Instructions to O fferors  Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, FAR 52.212-3- Offeror Representations and Certifications  Commercial Items, FAR 52.212-4- Contract Terms and Conditions- Commercial Items, FAR Clause 52.212-5  Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Commercial Items. FAR Clause (s) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6  Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilizati on of Small Business Concern, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor  Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans o f the Vietnam Era, and other Eligible Veterans, 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 Clause Restriction s on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels, FAR 52.222-41 Service Contract Act, FAR Clause 52.236-13, Accid ent Prevention, Far Clause 52.243-1 Changes  Fixed Price Alternate I, FAR 52.215-5 Facsimile Proposals and FAR 52.228-5 Insurance Work on a Government Installation with FAR Clause 28.307-2 Liability. (a) Workers Compensation and Employers liability. Co ntractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. Employers liability coverage with a minimum of $100,000.00 shall be required. (b)General Liability. The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of the policy of at least $1,000,000.00 per occurrence. (c) Vessel Liability. When contract performance involves use of vessels, the contracting officer shall require, as determined by the agency, vessel collision liability and protection and indemnity liability insurance. U. S. Longshoremen and Harbor Workers Act (Jones Act) $1,000,000.00. Applicable DFAR Clause(s) 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFAR 52.203-3 Gratuities, DFAR 252.224-7001 Buy American Act and Balance of Payments Program, DFAR 252.243-7002 Request for Equitable Adjustment, DFAR 252.247-7023, Transportation of Supplies by Sea and DFAR 252.247-7024 Notification of Transportation of Supplies by Sea. Wage Determination 94-2009, Rev (26) Area: Mobi le AL dated 23 May 2005 applies. To request a copy of the Wage Determination email a request to Alisa Murray at alisa.c.murray@sam.usace.army.mil. The Government intends to make a single award to the responsible contractor whose proposal is the most adva ntageous to the government considering price related factors, National Marine Fisheries Service approved contractor and proof of required insurance (FAR Clauses 52.228-5 and 28.307-2). Proposals sent via the US Postal Service should be mail to the U.S. Ar my Engineers District, Mobile, Attn: Alisa C. Murray, 109 St. Joseph St., Mobile AL 36602; Hand deliver to the same address, room 6000A. Direct delivery of offers is only possible during weekdays, excluding federal holidays, between the hours of 08:00 a.m . and 4:00 p.m. Other acceptable methods of delivery are by fax (251) 441-5765 and email alisa.c.murray@sam.usace.army.mil. All proposals must be received no later than 02:00 p.m. on 21 Apr 2006. **********
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01029505-W 20060419/060417220849 (fbodaily.com)
 
Source
FedBizOpps 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.