Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

R -- LEAD CLEANING ACTIVITIES - SIX ARMORIES

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN-06-T-0010
 
Response Due
9/15/2006
 
Archive Date
11/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items provided in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (see note before for RFQ) Solicitation W912LN06T0010 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 05-03 . This procurement is a total small business set-aside. (See 19.502-2) The NAICS code and small business size standard for this procurement are 562910 and $13 million respectively. The vendor must state in their quotation their business size for this pro curement. USPFO for Vermont, VT-PFO-PC has a Firm Fixed Price requirement for a Lead Cleaning Activities at Six Armories. The six armories are located in the Vermont towns of Ludlow, Morrisville, Waterbury, Lyndonville, Berlin, and Westminster. The item s to be cleaned are movable items; metal lockers, chairs, storage containers, etc. The RFQ is available via email request to gordon.lesperance@us.army.mil. (802) 338-3229 or bernhardt.smyle@us.army.mil (802) 338-3189. The following clauses and provision s can be viewed through Internet access at the AF FAR site, http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52-212-1, Instructions to Offerors-Commercial. Offerors must include with their offer a completed copy of provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. On-line registration is available at http://orca.bpn.gov; FAR 52.212-4, Contract Terms and Conditions-Comme rcial Items; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal O pportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of 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 Vete rans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965 , as amended; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registr ation; FAR 52.232-34, Payment by Electronic Funds Transfer, Other Than Central Contractor Registration; FAR DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Execu tive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001,Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. Offers must be sent in writing/FAX to the Contracting Of ficer above not later than 4:00 p.m. 15 September 2006. Award will be made on or about 25 September 2006. Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) prior to receiving and contract award. You can reg ister in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. The government will award a contract resulting from this solicitation to a responsible vendor whose quote conforms to this solicitation and is considered most advantage ous to the Government. Technical acceptability will be determined by information submitted by the vendor providing documentation in sufficient detail to show experience, certifications, controls, and plans that the quoted meets the Governments minimum re quirements and is the best value. If any of the items being quoted are under GSA schedule, provide the schedule number and ordering information. All responsibl e sources may submit an offer which, if received in a timely manner, will be considered.
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
Country: US
 
Record
SN01123549-W 20060825/060823221406 (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.