Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

S -- Infectious Waste Disposal, NATIONAL NAVAL MEDICAL CENTER, BETHESDA, MARYLAND

Notice Date
9/19/2006
 
Notice Type
Modification
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-R-4415
 
Response Due
11/7/2006
 
Archive Date
11/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Infectious Waste Disposal prepared in accordance with the format in FAR 12 & FAR 13.5 Test Program for Certain Commercial Items. The Contractor shall furnish all labor, supervision, materials, equipment, supplies and transportation to perform Infectious Waste Disposal at National Naval Medical Center, (NNMC), Bethesda, Maryland. The estimated solicitation date is on or about 10 October 2006 and the closing date is 07 November 2006. The Standard Industrial Classification (SIC) code is 4953, NAICS Code 562219 and the small business size standard is $11,500,000.00. This proposed acquisition is 100% set-aside for small business. Wage Determination No. 94-2103 REV (35) dated 05/23/2006 is applicable and will be provided within the full solicitation (N40080-06-R-4415) on NAVFAC's ESOL website. NNMC is procuring a Facility Support (service) contract to furnish Infectious Waste Disposal. The contract is Firm Fixed Price (FFP) + Indefinite Quantity (IDQ) and will be for a base year and four (4) 12 month option periods. Base period services are to begin 1 April 2007. Note: Offeror shall submit pricing for Base year and Option Periods for each line item: CLIN 1000 & CLIN 2000 Base Year FFP, CLIN 7000 Base year IDQ, CLIN 1001 & 2001 Option 1 FFP, CLIN 7001 Option 1 IDQ, CLIN 1002 & 2002 Option 2 FFP, CLIN 7002 Option 2 IDQ, CLIN 1003 & 2003 Option 3 FFP, CLIN 7003 Option 3 IDQ, CLIN 1004 & 2004 Option 4 FFP, CLIN 7004 Option 3 IDQ. Unit pricing and extended prices shall be proposed on ELIN Exhibits A through E for FFP and Exhibits A through E for IDQ. Exhibit totals shall then be transferred to corresponding Section B Line items. The estimated dollar range for the contract is $1,000,000.00 to $2,000,000.00. Evaluation of options shall not obligate the Government to exercise the option(s). Standards: All work shall meet or exceed standard industry practices with all applicable licenses, safety codes and permits required by the Federal Government, State regualations, and comply with all base regulations. Offerors shall submit with their offer all applicable licenses and permits required by the Federal Government, State of Maryland, Virginia, New Jersey, West Virginia, Pennsylvania, and the District of Columbia. Provision 52.212-1 Instructions to Offerors Commercial Items, is applicable, as is Clause 52.212-2, Evaluation-Commercial Items (JAN 1999). 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. Factors of Basis of Award: (a) Price, (b)Past Performance: (1) Contract performance; Describe similar contract performance with private sector facilities within the last 5 years, and/or other federal agencies; (2) Offerors shall submit a listing of current and previous contracts performed within the last 5 years. Include in the listing the name of the activity, address, person to contact, telephone number, and dollar amount of the contract including all options. All criteria as listed herein are required. All responsible small business sources may submit a proposal that will be considered by the Navy. Award may be made wihout any written or oral discussions with any offeror. Clause 52.212-4, Contract Terms and Conditions Commerical Items is applicable to the acquisition OCT 2003). In addition Clause 52.217-5, Evaluation of Options (JUL 1990), 52.217-8, Option to Extend Services (NOV 1999), Clause 52.217-9, Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance Work on a Government Installation (JAN 1997), Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (OCT 2004), applies to the acquisition. As well as Clause 52.246-20 Warranty of Services (MAY 2001). Offeror must submit a completed copy of provision 52.212-3 Offeror Representations, and Certifications Commercial Items (JAN 1997) with it?s proposal. Offeror must submit Electronic Representations and Certifications via http://orca.bpn.gov and be registered in the Central Contractor Registration, www.ccr.gov. Proposals are requested in writing and shall be submitted to the address listed below by 2:00 PM EST on 17 October 2006: PUBLIC WORKS DEPARTMENT (PWD) NORTH POTOMAC, (ATTN: Erica Binnix), 8901 Wisconsin Ave, Bldg. 14, Bethesda, MD 20889-5609, or e-mail: erica.binnix@nfwash.navfac.navy.mil. Your firm's name, the solicitation number, point of contact w/phone, fax, and e-mail address shall be listed on the outside of your response for identification. In accordance with FAR 5.102(a)(7) this solicitation will be available for download free of charge via: www.esol.navfac.navy.mil under solicitation N40080-06-R-4415. Hard copies or CD-ROM of the solictation will not be provided by the Government. Notification of any amendments to the solicitation will be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments made to the solicitation. The point of contact for any questions and/or concerns is Erica Binnix, ph: 301-295-2931, erica.binnix@nfwash.navfac.navy.mil.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20889
Country: UNITED STATES
 
Record
SN01148461-W 20060921/060919221424 (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.