Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

99 -- PREASURE CLEAN AND FLUSH lEACHATES LINES AT LANDFILL

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700106Q0082
 
Response Due
6/29/2006
 
Archive Date
7/29/2006
 
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. This is a request for quotation (RFQ) and the solicitation number is M6700106Q0082, Document Number M9305806SS00074, is a request for Quote to povide to the government the following services and supplies. Provide Jet Cleaning and Video inspection of leachates lines aboard Marine Corps Base, Camp Lejeune sanitary landfills. The contractor is required to pressure clean and flush the entire length of the line or pipe with a self-propelled high preasure water hose equipped with a cleaning devise, inserted into cleanout ports. Inspect the line or pipe with recording video equipment, prepare and certify a detailed written report of the condition of each line or pipe. Submit report and videotape to the project manager within seven (7) calander days after work completion. All vedio inspection equipment shall be certified Class 1, Division 1, Groups C & D (explosion proof). Contractor must have explosion proof camera equipment. This equipment is critical in Methane piping per OSHA. All equipment and provedures shall comply with OSHA, EPA, and all other applicable laws and regulations. The video taped image shall be of sufficient quality to verify cleanliness and condition of the lines and pipes. Leachate System layout is as follows: (1) Ten perforated leachate lines six inches in diameter, 600 feet in length each. (2). Five perforated leachate lines, eight inches in diameter, 550 feet in length. (3). Five riser sump pump pipes 24 inches in diameter, 75 feet in length with the last 20 feet perforated. RECOMMEND ON SITE VISIT. The contractor is required to be available to commence working within 10 calander days of receipt of contract award. The contractor shall not commence until the starting date has bee n verified. The requirement is for a Base year period and four (4) one year option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-07. The North American Industrial Classification System (NAICS) for this requirement is 562998 and the small business size standard is 100 employees. Quotes other than FOB Destination will be rejected. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers. Commercial Items; FAR 52.212-3 Offeror Representations and Certifications. Commercial Items; FAR 52.212-4 Contract Terms and Conditions. Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders. Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. OFFEROR SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 AND DFARS 252.225-7000 WITH THEIR QUOTE. The Offeror is required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. DFAR 252.204-7004 (Mar 1998) Offerors are required to be registered in the Central Contractor Registration database (CCR)., and Wide Area Work Flow database, FAR 252.232-7003 (DEC 2004). For WAWF-RA at http://wawf.eb.mil. WAWF Assistance 910-451-2142. For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.dlsc.dla.mil). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. Offerors are required to be reg istered in Wide Area Work Flow DFARS. 252.232-7003. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 29 JUN 06 by 09:00 AM, EST. Submit o
 
Web Link
NECO
(http://WWW.NECO.NAVY.MIL)
 
Record
SN01071061-W 20060617/060615222152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.