Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
MODIFICATION

F -- Document existing conditions for a Percolation Ditch Wetland Site at Marine Corps Base Hawaii (MCBH) Kaneohe Bay, and recommend improvements to combat invasive species encroachment and minimize labor intensive maintenance

Notice Date
4/8/2008
 
Notice Type
Modification/Amendment/Cancel
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258308T0063
 
Response Due
4/21/2008
 
Archive Date
5/5/2008
 
Point of Contact
Melvin E Lamar,, Phone: 805-982-5080, Aaron A Glazier,, Phone: 805-982-2392
 
E-Mail Address
melvin.e.lamar@navy.mil, aaron.glazier@navy.mil
 
Description
The purpose of amendment 0001 to solicitation N62583-08-T-0063 is to extend the due to 4/21/2008. A secondary purpose is to reclassify the procurement as being set aside for all small businesses, the requirement is no longer restricted to Hubzone businesses only. A third purpose of this amendment is add two additional attachments to the solicitation. The first is an updated Statement of Work dated 2/25/2008, which replaces the previous SOW. The second attachment (Attachment A) being added is the USMC MCBH Digital Data Specs Ver 1 as referred to in Section 6 of the Statement of Work. PLEASE NOTE THIS WORK IS TO BE PERFORMED AT MCBH-Kaneohe Bay, not at Port Hueneme, CA. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is N62583-08-T-0063. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-24. The associated North America Industry Classification System (NAICS) Code is 541620. This requirement is restricted to small business concerns. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: This requirement involve records review, interviews, and field work to document existing hydrological and biological conditions at the recently enhanced Percolation Ditch Wetland site. This project will also recommend further improvemen! ts to the wetland/ditch system to more effectively combat invasive species encroachment, reduce labor-intensive maintenance requirements, and sustain wetland heath gains achieved by the recent project. The primary deliverable will be a report that characterizes existing hydrological/biological conditions at the site, and recommend further improvements to reduce labor-intensive maintenance requirements and encroachment by invasive plant species (primarily California grass, Brachiaria mutica). Acceptance shall be at destination. Shipping shall be FOB Destination to Marine Corps Base Hawaii Kaneohe Bay, Island of Oahu Hawaii. The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors, Commercial Items 52.212-2, Evaluation Commercial Items. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); 252!.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.246-7000 Material Inspection and Receiving Report (MAR 2008); NAVFAC Clause 5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (NOV 2006) For information on WAWF go to https://wawf.eb.mil. NOTE: USE OF WAWF IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Upon award, the full text will be provided with additional information for inputting into the Wide Area Workflow Statement. Evaluation methodology: Offerors are required to submit price and past performance questionnaires as attached in this solicitation. Quotes shall demonstrate their understanding of the governments requirement. The contract will be awarded to the offeror whose quote meets the Governments requirement of this solicitation that is determined to be the Lowest Price Technically Acceptable (LPTA). The Government is not responsible for locating or securing any informatio! n, which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items. An offeror shall complete only paragraph (k) of this provision, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 252.212-7000, Offeror Representations and Certifications. 52. 212-4, Contract Terms and Conditions - Commercial Items. Proposals must be signed, dated and received by 11:00 AM PST April 21, 2008 via mail: Specialty Center Acquisitions NAVFAC (SCAN); ATTN: Melvin Lamar- N62583-08-T-0063, 1205 Mill Road Building 850 Port Hueneme, CA 93043-4347. All quotes from respon! sible sources will be fully considered. Vendors, who are not registered in the Central Contractor Registration (CCR) database prior to award, will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotes contact Melvin E. Lamar, Contract Specialist, via email at melvin.e.lamar@navy.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0df2c0b56984f8e84e8cd6f141e23c39&tab=core&_cview=1)
 
Record
SN01549868-W 20080410/080408223027-8f1deff8f0e459590538b610e9aef0e2 (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.