Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
MODIFICATION

19 -- CHT (Waste) Monitoring & Disposal

Notice Date
2/2/2007
 
Notice Type
Modification
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-V0336770127900
 
Response Due
2/8/2007
 
Archive Date
2/23/2007
 
Point of Contact
Bethany Germann, Contract Specialist, Phone (904) 542-1000 x175, Fax (904) 542-1095,
 
E-Mail Address
bethany.germann@navy.mil
 
Description
THE FOLLOWING INFORMATION IS ADDED: THE CHT IS CONTAMINATED WITH FUEL DUE TO CORRODED PIPES, SO THE LEVEL OF CONTAMINATION IS IMPOSSIBLE TO PREDICT. THIS EFFORT INVOLVES THE HANDLING AND DISPOSAL OF BOTH GRAY AND BLACK WATER, IT IS ESTIMATED THAT 4 FRAT TANKS WILL BE REQUIRED. THE EFFORT WILL TAKE PLACE ONBOARD THE NORFOLK NAVAL SHIPYARD, PIER 14. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Reference number V0336770127900 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 562991 and the business size standard in dollars is $6 million. This is an unrestricted procurement for CHT Monitoring and Disposal for the USS John F. Kennedy while in Norfolk, VA from 22-26 February 2007. MONITORING AND DISPOSAL SERVICE TO INCLUDE: MONITORING, HANDLING, STORAGE, TRANSPORTATION, AND DISPOSAL OF CHT DISCHARGE. PLEASE NOTE: FUEL WILL BE INTERMINGLED WITH CHT DISCHARGE. THE CONTRACTOR SHALL MAKE A SITE VISIT TO THE JOB SITE TO OBTAIN ANY NECESSARY FIELD MEASUREMENTS AND/OR INFORMATION NEEDED TO COMPLETE THE WORK REQUIREMENTS. ALL REASONABLE ATTEMPTS HAVE BEEN MADE TO IDENTIFY ANY HAZARDOUS MATERIAL THAT MAY BE PRESENT IN THIS JOB. IF THE CONTRACTOR SHOULD ENCOUNTER ANY KNOWN OR SUSPECTED HAZARDOUS MATERIALS THAT ARE NOT SPECIFICALLY IDENTIFIED IN THIS STATEMENT OF WORK, HE/SHE SHALL CEASE WORK IN THE SUSPECT AREA AND NOTIFY THE ET. ALL WORK PERFORMED INCLUDING DISPOSAL OF WASTE/DEBRIS SHALL COMPLY WITH FEDERAL, STATE, LOCAL REQUIREMENTS OF THE EPA, OSHA, PWC ENVIRONMENTAL AND NAS JACKSONVILLE INST 5090.IE, HAZARDOUS WASTE MANAGEMENT PLAN. DAMAGES TO GOVERNMENT PROPERTY AND/OR IMPROPER INSTALLATION OF PRODUCTS ON GOVERNMENT PROPERTY, AS A RESULT OF POOR WORKMANSHIP BY THE CONTRACTOR, SHALL BE REPAIRED AND/OR REPLACED BY THE CONTRACTOR WITHOUT ADDITIONAL COST TO THE GOVERNMENT. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING A FULLY FUNCTIONAL SYSTEM THAT OPERATES EXACTLY AS THE MANUFACTURER INTENDED. ANY PROBLEMS ENCOUNTERED WITH EQUIPMENT, MATERIALS OR LABOR SHALL BE CORRECTED BY THE CONTRACTOR AT NO ADDITIONAL EXPENSE TO THE GOVERNMENT. The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.202-1 Definitions (DEC 2001), 52.203-3 Gratuities (APR 1984), 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (APR 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.228-5 Insurance-Work on a Government Installation (JAN 1997)52.229-3 Federal, State And Local Taxes (JAN 1991), 52.232-1 Payments (APR 1984), 52.232-8 Discounts for Prompt Payment (MAY 1997), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration(31 U.S.C. 3332), 52.237-3 Continuity of Services (JAN 1991), 52.239-1 Privacy or Security Safeguards (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.244-6 Subcontracts for Commercial Items (MAY 2001), 52.247-34 F.O.B. Destination (NOV 1991) 52.249-2 Termination for Convenience of the Government (Fixed Price) (SEP 1996), DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252-209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998), DFAR 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country (MAR 1998), DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991). The following FAR provisions and clauses are incorporated by FULL TEXT: 52.204-3 Taxpayer Identification (OCT 1998), 52.209-5 Certification regarding debarment , suspension, proposed debarment, and other responsibility matters (DEC 2001), 52.215-6 Place of Performance (OCT 1997), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-2 Evaluation-Commercial Items (JAN 1999), 52.212-3 Offeror Representations and certifications-Commercial Items (JUL 2002), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). _X_ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). _X_ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _X_ (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). _X_ (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (24) 52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). _X_ (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005),_X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), 52.215-5 Facsimile Proposals (OCT 1997), 52.219-1 Small Business Program Representations (May 2004), 52.222-22 Previous Contracts and compliance reports (FEB 1999). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), go to www.ccr.gov to register. DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999) DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2304), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.243-7002 Certification of requests for Equitable Adjustment (MAR 1998) 252.247-7023 Transportation of Supplies by Sea (MAR 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000). DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), Definitions, as used in this clause, Central Contractor Registration (CCR) Database means the primary DOD repository for contractor information required for the conduct of business with DOD, go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.acqnet.gov/far. Download FAR clauses 52.212-1, Instructions to Offerors and 52.212-2, and 52.212-3, Offeror Reps and Certs. Fill in the items required in 52.212-3 and send in with your proposal. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) Completed signed solicitation package, with all representations and certifications executed on company letterhead, and with prices (unit prices shall reflect the price for each item, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) CLINS are as follows: 01 CHT Monitoring & Disposal x 350,000 GALLONS (3) FAR clauses requiring fill-ins. Award will be made IAW FAR 15.101-2, Lowest Price Technically acceptable. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Offeror must be able to provide the service in Norfolk, VA for the performance period of 22-26 Feb. 2007. 52.212-2, 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. The following factors shall be used to evaluate offers: Price, Technical Acceptablity and Past Performance. Past Performance will be evaluated using information in Government databases. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award. Quotations must be received no later than 1200 EST on 7 February 2007 (See Submittal Requirements above). Quotations must be in writing and may be faxed, mailed or emailed to the following: Attn: Bethany Germann, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-1073, EMAIL: bethany.germann@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-FEB-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N688361/Reference-Number-V0336770127900/listing.html)
 
Place of Performance
Address: Norfolk, VA
Zip Code: 23501
Country: UNITED STATES
 
Record
SN01225373-F 20070204/070202225002 (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.