Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2006 FBO #1706
SOLICITATION NOTICE

99 -- Dust Suppression and spraying annually

Notice Date
7/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700106Q0090
 
Response Due
8/11/2006
 
Archive Date
9/10/2006
 
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. M67001-06-Q-0090 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07, effective 02 Feb 2006 and DFARS Change Notice (DCN) 20060223. The proposed acquisition is unrestricted and the Government intends to make only one award. A contract will be awarded for the requirement that is described as follows: The purpose of this solicitation is to contract for dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. The contractor shall provide 120 flake tons of liquid calcium chloride (CaC12 @ 42%), trade name Liquidow, to be spread evenly over 20 miles of tank trails, improved roads, and one parking lot. The roads and the tank trails are approximately 16 ft wide. The contractor shall provide all supervision, labor, tools, equipment, materials, and certifications necessary to fullfill the requirement. The service the contractor provides shall comply with all Federal, State, and Local regulations. The line items and quantities are as follows: CLIN 0001 ? Period: Date of Award through 30 April 2007. Dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. One hundred and twenty (120) flake tons of liquid calcium chloride (CaC12 @ 42%) shall be spread evenly over approximately 20 miles of tank trails, improved roads, and one parking lot. The application start date for the base period will be August 15 or 15 days from date of award, whichever is later. The price of the 120 flake tons of liquid calcium chloride (CaC12 @ 42%) as well as the price of the application must be listed separately. CLIN 1001 ? Period: 01 May 2007 through 30 April 2008. Dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. One hundred and twenty (120) flake tons of liquid calcium chloride (CaC12 @ 42%) shall be spread evenly over approximately 20 miles of tank trails, improved roads, and one parking lot. The application start date for the 1st option period will be May 15, 2007. The price of the 120 flake tons of liquid calcium chloride (CaC12 @ 42%) as well as the price of the application must be listed separately. CLIN 2001 ? Period: 01 May 2008 through 30 April 2009. Dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. One hundred and twenty (120) flake tons of liquid calcium chloride (CaC12 @ 42%) shall be spread evenly over approximately 20 miles of tank trails, improved roads, and one parking lot. The application start date for the 2nd option period will be May 15, 2008. The price of the 120 flake tons of liquid calcium chloride (CaC12 @ 42%) as well as the price of the application must be listed separately. CLIN 3001 ? Period: 01 May 2009 through 30 April 2010. Dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. One hundred and twenty (120) flake tons of liquid calcium chloride (CaC12 @ 42%) shall be spread evenly over approximately 20 miles of tank trails, improved roads, and one parking lot. The application start date for the 3rd option period will be May15, 2009. The price of the 120 flake tons of liquid calcium chloride (CaC12 @ 42%) as well as the price of the application must be listed separately. CLIN 4001 ? Period: 01 May 2010 through 30 April 2011. Dust suppression and spraying annually to treat 16 locations aboard Marine Corps Base, Camp Lejeune. One hundred and twenty (120) flake tons of liquid calcium chloride (CaC12 @ 42%) shall be spread evenly over approximately 20 miles of tank trails, improved roads, and one parking lot. The application start date for the 4th option period will be May 15, 2010. The price of the 120 flake tons of liquid calcium chloride (CaC12 @ 42%) as well as the price of the application must be listed separately. FOB site: Destination. The period of performance will be for a basic period from date of contract award through through 30 April 2007, with provisions for four (4) one-year option periods to be exercised at the discretion of the Government. The Government intends to make award to the low price technically acceptable responsive/responsible offeror that possesses a satisfactory performance record. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of the offers submitted and the availability of funds. Response to this Request for Quote will be evaluated using the following factors: (1) ability of the offeror to meet the minimum requirements of the Government as stated above, (2) ability of the offeror to begin performing within 15 days of contract award, (3) relevant and satisfactory past performance. Offerors are to submit up to three (3) relevant past performance references with their proposal. The Government reserves the right to exclude an offer from further evaluation and consideration for award, if (1) the price is determined not to be fair and reasonable based on the Government?s independent estimate or a market survey, or (2) it is evaluated as technically unacceptable and which, in the Contracting Officer?s determination, cannot reasonably be made acceptable through discussion. The Government may reject any, or all, offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications elec tronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. The clause at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.217-5, Evaulation of Options, applies to this acquisition. The clause at 52.217-8, Option to Extend Services, applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Applicable clauses cited in 52.212-5 are: 52.203-6 Alt I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. Additional FAR clauses applicable to this acquisition are: 52.211-16, 52.212-3 ALT I, 52.204-4, 52.242-13, 52.237-1 (Please see below for information on site visit), and 52.237-2. The following DFARS clauses are applicable to this acquisition: 252.204-7003, Control of Government Personnel Work Product, 252.225-7000, Buy American Act--Balance of Payments Program Certificate. 252.212-7000, Offeror Representations and Certifications--Commercial Items. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.209-7004, 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. Additional DFARS clauses cited in 252.212-7001 that are applicable to the acquisition are 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, and 252.243-7002. The provision at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country applies to this acquisition. Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Cente r 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation is also available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil). Submit quotes by mail to Contracting Department, P.O. Box 8368, Camp Lejeune, NC 28547-8368, courier delivery at Contracting Department, Bldg 1116, Camp Lejeune, NC 28542, via facsimile (910-451-2332), or electronically via e-mail (robert.f.campbell2@usmc.mil). Points of contact for this acquisition are Robert Campbell at (910) 451-3094 or Barbara S. Mullin (910) 451-3095. Quotes are due by 11 August 2006 at 12:00 NOON EST. Offeror is responsible for verifying quote is received prior to this time. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. REQUEST FOR SITE VISIT. Offerors desiring a site visit should report to the Pass and ID office at the front gate of Camp Lejeune on 04 August 2006 at 9:00 AM, EDT. Interested parties desiring to attend this site visit must contact Robert Campbell, via fax (910) 451-2332 or e-mail at robert.f.campbell2@usmc.mil indicating company name, telephone number, number of persons attending, by 3:00 PM, EDT, 02 August 2006. All questions must be submitted to Robert Campbell by no later than 3:00 PM, EDT, 07 August 2006. BUSINESS ACCESS SECURITY REQUIREMENTS. 1. BUSINESS ACCESS DEFINITION. Contractor/subcontractor employees requiring installation access for periods from one day to one year to MCB, Camp Lejeune or MCAS New River, NC, must obtain a Business Access Identification Badge for that particular installation. Regularly scheduled delivery personnel, to include FEDEX, UPS, pick-up and deliveries, should also follow the Business Access guidelines described below. Personnel requiring Business Access Identification Badges shall submit all documentation listed below. Badges are not required if the contracted position requires the employee to obtain a Common Access Card (CAC). 2. INSTALLATION SECURITY ACCESS REQUIREMENTS. Contractor shall accomplish the security requirements below within 10 days after award or prior to performance under the contract. BUSINESS ACCESS IDENTIFICATION BADGE REQUIREMENT. The US Government will issue badges to contractor personnel without charge. Badges will be issued for one year or duration of contract which ever is less. In order to obtain a Business Access Identification Badge and access to MCB, Camp Lejeune, and satellite activities, or MCAS New River, all personnel providing services under this contract shall be required to present the documentation below to the following offices, as applicable: MCB, Camp Lejeune, NC and its satellite activities. Report as follows: Identification Card Center, 59 Molly Pitcher Road for badge (910-451-2727). Vehicle Registration Office, 60 Molly Pitcher Road for vehicle decal (910-451-1158). MCAS New River, NC. Report as follows: S-4 (Facilities Office), Bldg AS-211 (1st Deck) for registration on contractor?s list (910-449-6310). Pass and Identification Office, Bldg AS-211 (1st Deck) for badge and vehicle decal (910-449-5427/5428). Photo ID. Valid state or federal issued picture identification card. Acceptable documents include state drivers license, DMV issued photo identification, or alien registration card. Proof of Employee Citizenship or Legal Alien Status. Acceptable documents include birth certificate, Social Security Card, Immigration and Naturalization Service (INS) forms and passports. Proof of Criminal Records Check. Proof of a criminal records check from the county or state where the employee has resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). Acceptable sources for criminal records checks include: County Courthouse; Inforlink Screening Services, Inc. (www.infolinkscreening.com); IntegraScan Criminal Records Checks (www.integrascan.com); Intelius Employee Screening (www.Intelius.com); and Castle Branch (www.castlebranch.com). Subsequent to the initial criminal background records checks, local criminal records checks shall be conducted annually prior to renewal of badges for reevaluation. Denial of Access. Installation access shall be denied if it is determined that an employee: a. Is on the National Terrorist Watch List. b. Is illegally present in the United States. c. Is subject to an outstanding warrant. d. Has knowingly submitted an employment questionnaire with false or fraudulent information. e. Has been issued a debarment order and is currently banned from military installations. f. Is a Registered Sexual Offender or has any Felony Conviction within the past two years. Appeal Process. All appeals should be directed to the Base Inspector?s Office for any individual that has been denied access to the Base. Display and Disposition of Badges. Contractor employees shall prominently display their badges on their person at all times. Upon completion or termination of a contract or an individual?s employment, the Contractor shall collect and turn in badges to the Pass and ID Office from which it was issued. If the Contractor is unable to obtain the employee?s badge for whatever reason, the cognizant Pass and ID Office will be notified within 24 hours. During the contract performance period contractors will immediately report instances of lost or stolen badges to the issuing Pass and Identification Office. Proof of Valid Government Contract. The Contracting Department shall submit a letter [on department letterhead] from the Contracting Officer to the Pass and Identification Office indicating location of contract work, contract period, and name of prime contractor. For subcontractors, the prime contractor will provide proof of employment on a valid Government contract (e.g., a letter [on company letterhead]) to include contract number and term. 3. CONTRACTOR SECURITY REQUIREMENT BUSINESS ACCESS VERIFICATION FORM. Upon completion of the above process, Contractor shall submit to the Contracting Office the Contractor Security Requirement Business Access Verification form (Attachment #1) filled out in its entirety. 4. CONTRACTOR AND SUBCONTRACTOR VEHICLE REQUIREMENTS. Each vehicle to be used in contract performance shall show the Contractor's or subcontractor's name so that it is clearly visible and shall always display a valid state license plate and safety inspection sticker. To obtain a vehicle decal, which will be valid for one year or contract period, whichever is shorter, Contractor or subcontractor vehicle operators shall provide: A copy of the Contracting Officer?s authorization letter w/cc to PMO; A valid form of Federal or state government I.D.; If driving a motor vehicle, a valid driver?s license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. 5. CONTRACTOR AND SUBCONTRACTOR EMPLOYEE VEHICLE REQUIREMENTS. In order to obtain a vehicle decal for one year, the Contractor and subcontractor employees shall provide to the Vehicle Registration office: A copy of the Contracting Officer?s authorization letter w/cc to PMO; Proof of employment on a valid Government contract (e.g., a letter [on company letterhead] from the prime contractor including contract number and term); A valid form of Federal or state government I.D.; If driving a motor vehicle, a valid driver?s license, vehicle registration and proof of insurance. Upon completion/termination of this contract or an individual's employment, the Contractor shall collect and turn in to Vehicle Registration all Government vehicle decals. If any are not collected, the Contractor shall notify the Vehicle Registration Office within 24 hours. 6. SECURITY CHECKS. Contractor personnel and vehicles shall only be present in locations relevant to contract performance. All Contractor personnel entering the base shall conform to all Government regulations and are subject to such checks as may be deemed necessary to ensure that violations do not occur. Employees shall not be permitted on base when such a check reveals that their presence would be detrimental to the security of the base. Subject to security regulations, the Government will allow access to an area for servicing equipment and/or performing required services. Upon request, the Contractor shall submit to the Contracting Officer questionnaires and other forms as may be required for security purposes.
 
Record
SN01099841-W 20060729/060727221600 (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.