Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
MODIFICATION

F -- SPILL CLEAN UP AGREEMENT

Notice Date
4/27/2006
 
Notice Type
Modification
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NNMC Bethesda, Bldg 54 8901 Wisconsin Avenue, Bethesda, MD, 20889-5600
 
ZIP Code
20889-5600
 
Solicitation Number
N00168-06-T-X004
 
Response Due
5/4/2006
 
Archive Date
5/19/2006
 
Point of Contact
Sharon Steiner, Senior Purchasing Agent/KO, Phone 301-295-1304, Fax 301-295-0286,
 
E-Mail Address
scsteiner@bethesda.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation WILL NOT be issued. The solicitation number is N00168-06-T-X004; Closing Date: 5/4/06 @ 12:00 Midnight. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov/far. The NAICS code is 562211 and the size standard is $11.5million. This is a 100% Small Business Set-Aside competitive action. MATERIAL AND SERVICES FOR SPILL RESPONSE AGREEMENT IN ACCORDANCE W/THE FOLLOWING STATEMENT OF WORK CONTRACT WILL CONSIST OF A BASE YEAR (12 MONTHS) PLUS 4 OPTION YEARS. PROVIDE MONTHLY QUOTE FOR THE BASE AND OPTION YEARS. STATEMENT OF WORK: CONTRACTOR SHALL PROVIDE ALL LABOR, EQUIPMENT, TOOLS, MATERIALS, PERMITS, COMMUNICATIONS, SUPERVISION, TRANSPORTATION, STORAGE, DISPOSAL, AND ANY ADDITIONAL WORK NECESSARY TO RESPOND AND PERFORM EMERGENCY SPILL CLEAN UP SERVICES FOR NNMC. SPILLS MAY INCLUDE OIL AND OTHER HAZARDOUS MATERIALS. THE CONTRACTOR MUST GUARANTEE A ONE HOUR RESPONSE TIME, 24 HOURS PER DAY, SEVEN DAYS A WEEK INCLUDING HOLIDAYS. CONTRACTOR MUST HAVE UNDERGROUND STORAGE TANK PUMPING CAPABILITIES. ALL WORK MUST BE PERFORMED WITHIN EPA, UST, RCRA, NFPA AND LOCAL, STATE AND FEDERAL AGENCY GUIDELINES. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.212-3 Offeror Representations and Certification-Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, JAN 2004 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of precedence (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) NNMC Bethesda uses Wide Area Work Flow (WAWF) as it's primary means of electronic invoicing. Please let us know if your company is set up for electronic invoicing. If you desire to register with WAWF (it is FREE) or require additional information with regard to electronic invoicing please visit the following web address: http://www.acquisition.navy.mil/navyaos/content/view/full/3521 https://wawf.eb.mil PROVIDE A COMPLETED COPY OF 52.212-3 WITH YOUR QUOTE. You must be registered in the Central Contractor Registration (CCR) database. To access CCR database log on http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/BUMED/N00168/N00168-06-T-X004/listing.html)
 
Place of Performance
Address: 8901 WISCONSIN AVENUE BETHESDA, MD 20889-5600
 
Record
SN01037011-F 20060429/060427223447 (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.