Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2006 FBO #1740
SOLICITATION NOTICE

F -- SOIL DISPOSAL

Notice Date
8/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA06T0083
 
Response Due
9/7/2006
 
Archive Date
11/6/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-06-T-0083 is issued as a Request for Quotation (RFQ) and is due by 7 Sep 06. The RFQ is firm fixed price, unrestricted, with NAIC S code 562910, and the small business size standard is $13 mil. CLIN 0001, 1 each @ ___________ Non-Personal Service to provide all labor, equipment, materials, supervision and o ther items or services necessary to excavate approximately 500 tons of soil contaminated with DDT, lead and chromium stored on asphalt and tarped in the 300 block of the Fort McCoy Cantonment Area, at Ft McCoy, WI. in accordance with the Statement of Work (SOW). Analytical data has characterized the soil as nonhazardous. Final disposition of these materials shall be at a state certified disposal site. Quantities are estimated. Contact Dawn M Poppler, Contract Specialist, dawn.poppler@us.army.mil for th e Statement of Work and Wage Rates. Contractor Manpower Reporting costs included in this line item. CLIN 0002, CONTRACT MANPOWER REPORTING 1 each @ NSP Not Separately priced. Cost shall be included in CLIN 0001. The contractor shall report ALL contractor manpower required for performance of direct service labor applicable to this contract (i.e. installation service labor). See Contractor Manpower Reporting instruction s in the SOW. If needed, please refer to the CMR users guide at the web address https://contractormanpower.army.pentagon.mil to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all cont racts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fisca l year. SCOPE OF WORK Background: Investigation and remediation work was recently completed for Former Flammable Storage Buildings 1354 and 1356. Remediation involved excavating approximately 500 tons of soil contaminated with DDT, lead and chromium. Analytica l data has characterized the soil as nonhazardous. The soil dimensions are 105 ft X 15ft X 6ft and is currently stored on asphalt and tarped in the 300 block of the Fort McCoy Cantonment Area. Purpose: To dispose of the approximately 500 tons of contami nated soil remaining from the remedial excavation activities. Scope of Work: The proposed scope of work shall be conducted in accordance with all applicable state and federal regulations. 1. The Contractor will provide the trucks, tarps, and personnel necessary to transport the soil to the selected solid waste disposal facility. 2. The Contractor shall weigh all soil loads at the Fort McCoy scale prior to leaving the installation, and provide the weight tickets to the designated Fort McCoy official r epresentative. 3. The Contractor shall dispose of the soil in a Wisconsin licensed solid waste disposal facility that is specifically permitted to accept this type of waste. 4. The Contractor shall provide all transportation and disposal documentation to Michael Miller, 608-388-6546 upon completion of the work. 5. The Contractor shall coordinate the work schedule with Craig Bartholomew, 608-388-8453. 6. The work will be conducted on Government business days. Additional Information: 1. Fort McCoy will provide all necessary equipment and personnel to load the soil into the trucks provided by the contractor. 2.The Contractors proposal shall include all transportation, equipment, and tipping fees. Service SOW info for Contract Reporting CONTRACTOR MANPOWER REPORTING (CMR) The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contrac tormanpower.army.pentagon.mil. The required information includes: Contracting Office, Contracting Officers, Contracting Officers Technical Representative; 1. Contract num ber, including task and delivery order number; 2. Beginning and ending dates covered by reporting period; 3. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 4. Estimated direct labor hours (inclu ding subcontractors); 5. Estimated direct labor dollars paid this reporting period (including subcontractors); 6. Total payments (including subcontractors); 7. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separ ate predominant FSC for each subcontractor if different); 8. Estimated data collection costs; 9. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for provi ding the contractor with its UIC for the purposes of reporting this information); 10. Locations where contractor and subcontractors perform work (specified by zip code in the United States and nearest city, country, when in an overseas location, using th e standardized nomenclature provided on the website); 11. Presence of deployment or contingency contract language; and 12. Number of contractor and subcontractor employees deployed in theater this reporting period (per country. As part of this submissio n, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and mus t be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the filed on the website. The XML direct transfer is a format for transferring filed from a contractors systems to the se cure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded form the website. Note: Information from the secure website is considered to be pr oprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09 dated 19 Apr 06. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil orhttp://aca.saalt.army.mil/ Community/policies.htm. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilitie s; 52.222-26 Equal Opportunity; 52.225-13 Restriction on Certain Forei gn Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965, as Amended and 52.222-42 Statement of Equivalent Rates for Federal Hires are applicable. 52.237-2 Protection of Govt Bl dgs, Equipment, Vegetation. 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. SCA Wage Determination 94-2577 Rev (29) is applicable. Contact the contract specialist for a copy of the wage determination and the statement of work. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Registration i s required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. A DUNS number is required for CC R registration. If your company does not have DUNS #, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor R egistration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit th eir quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and exte nded total prices; DUNS number; and taxpayer identification number (TIN). Quotes and applicable attachments must be received at ACA, Directorate of Contracting, and 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1630 hours on 7 Sep 2006. Person to contact for additional information regarding the RFQ is Dawn M Poppler, Contract Specialist, Ph: 608-388-2198, Em: dawn.poppler@us.army.mil
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01130052-W 20060901/060830221215 (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.