Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

99 -- Sewage Waste Removal and Disposal from Lake Ashtabula/Baldhill Dam, ND.

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-07-T-0057
 
Response Due
4/4/2007
 
Archive Date
6/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; qu otations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-05-T-0057 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and D efense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 562991 and the small business size standard is 6.5 million dollars. (v) This requirement consists of 1 line item- CLIN0001: Sewage Waste Removal and Disposal, May 1st, 2007 through September 30th, 2007 (vi) Duties include pumping of sewage waste from the comfort station, sewage treatment plant, fish cleaning stations, dump stations, campground host tanks and vault privies. A detailed description of the line items is available as Addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, Lake Asht abula/Baldhill Dam, ND. The completion date for the service is September 30, 2007. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items does not ap ply to this solicitation. (x) The provision at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items applies to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Commercial Items, applies to this acquisition. (xiii) (a.)It is preferred that a local company or a company in partnership with a local company be awarded this contract due to its nature as defined in the scope of work. (b.) Sit e Inspection. All parties wishing to submit a quote are encouraged to make a site inspection prior to quote submittal. Site visits can be arranged Monday through Friday from 8:00 am to 4:00 pm by contacting resource manager, Richard Schuneman at (701) 84 5-2970. (c.)The following clauses apply to this solicitation: 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contractwith the following text added under section a) The Government may extend th e term of this contract by written notice to the Contractor within 30 days, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension 52.219-1 Alt 1, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and C ompliance Reports; 52-222-41, Service Contract Act of 1985, as AmendedWage determinations applicable to this contract are available in Addendum; III; 52.223-6, Drug-Free Workplace; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.228-5, Insurance  Work on a Government Installation; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-4, Government Property (Short Form); 52.252-6 Authorized Deviations in Clauses; 52.228-4002 , Insurance; 252.204-7003, Control of Government Personnel Work Produ ct; 252.204-7004 Alt A, Required Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; 252.204-7006, Billing Instructions; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.243-7001, P ricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered Note 1 applies to this acquisition. (xvi) Quotations are due to the St. Paul District Corps of Engineers, 1 90 East Fifth Street, St. Paul, MN 55101-1638 03:00 PM CST, 4 April 2007. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Richard J. Pecoraro. Mister Pecoraro may be reached at Richard.J.Pecoraro@.usace.army.mil, by phone at (6 51)290-5422, or by fax (651)290-5706. Requests for a complete copy of the solicitation, Addendum I - Scope of Work, and Addendum II  Bidding Schedule, and Addendum III - Wage Determination rates should be made to Richard J. Pecoraro. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01251025-W 20070316/070314221406 (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.