Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
SOLICITATION NOTICE

F -- Installation Restoration Program Support Services

Notice Date
7/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-07-R-0007
 
Response Due
7/24/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Dugway Proving Ground, Directorate of Contracting is contemplating a sole source procurement with Quality Solutions Corporation; 2112 Deer Run Drive; South Weber, Utah 84405-9429 for a no-personal services requirement to provide Resource, Conservation, & Recovery Act compliance and inspection support for the U.S. Army, Dugway Proving Ground installation restoration program. Pursuant to 10 U.S.C. 2304 (c)(5), and Federal Acquisition R egulation 6.302-5, authorized or required by statute, specifically 6.302-5(b)(6), which allows sole source awards under the HUBZone Act of 1997-15 U.S.C. 657a. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, all responsible HUBZone sources may sub mit a quotation which shall be considered by the agency. Supporting evidence must be furnished to demonstrate the ability to comply with the Government's requirements. If no responses are received, the Government will proceed with sole source negotiation s with Quality Solutions Corporation. This is a combined synopsis and solicitation for the following commercial service: CLIN 0001 Compliance & Inspection Support for IRP [Base Year]; CLIN 0002 Personnel Reporting System [Base Year]; CLIN 1001 Complianc e & Inspection Support for IRP [Option Year]; and CLIN 1002 Personnel Reporting System [Option Year]. This solicitation is issued as a request for proposal (RFP). Submit proposals (oral proposals will not be accepted), on RFP W911S6-07-T-0007 for a firm-f ixed priced amount. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541620 applies to this procurement. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Cont ract Terms and Conditions  Commercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the follo wing clauses cited are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authoritie s and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action fo r Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires. The clause at DFARS 252.212-70 01 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.20 3-3, Gratuities 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Sub mission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. FAR 52.204-7 Central Contractor Registration; FAR 52.247-34 F.O.B. Destination; DFARS 252.204-7004 Alt A Central Contractor Regi stration (52.204-7) Alternate A; DFARS 252.232-7010 Levies on Contract Payments; and DFARS 252.232-7007 Limitation of Governments Obligation  Alternate I apply to this solicitation. The following local clauses appy to this solicitation: Foreign Visitor s / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirements; Contractors Responsibility; Safety and Accident Prevention; Accomodations for Contractor Personnel; Contractor Access to DPG; Department of Army Personnel Reporting System; Notice of Wage Detemination [Wage Determination 2005-2531 Revision 2]; and 5152.233-9000 Army Contracting Agency Executive Level Agency Protest Program. The proposal requirements and scope of work are available at the Arm y Single Face to Industry Site. All proposals must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Pr oposals are due no later than 10:00 AM MDT (local prevailing time at U.S. Army Dugway Proving Ground, Utah), Tuesday, July 24, 2007
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01335253-W 20070707/070705221225 (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.