Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

46 -- Collect and analyze all sample parameters as required by the NPDES permit issued to the MSARNG for the Wastewater Treatment Facility (WTF) at Camp Shelby, Mississippi. Performance Based Statement of Work upon request.

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Mississippi, USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-08-T-0051
 
Response Due
9/17/2008
 
Archive Date
11/16/2008
 
Point of Contact
jwinfield, 601-313-1565<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation to provide all labor, equipment and materials necessary to collect and analyze all sample parameters as required by the NPDES permit issued to the MSARNG for the Wastewater Treatment Facility (WTF) at Camp Shelby, Mississippi in accordance with the format in Subpart 12.6, as supplemented with additional information included in the Performance Based Statement of Work (PBSOW). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This solicitation number W9127Q-08-T-0051 is issued as a Request for Proposal. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-26. This solicitation is 100% small business set aside and is restricted in accordance with FAR 19.502-2(b). NAICS is 541380 Small Business Standard is $11.0 million. The resultant contract will be a Contract with a Base year with the Period of Performance beginning 1 October 2008 through September 30, 2009. This contract will have the Base Year and Four Option Years. The (PBSOW) will be provided via email upon request. Contractors interested in submitting a proposal should contact Jerri Winfield at jerri.winfield@us.army.mil The Government reserves the right to reject any or all proposals at any time prior to award or award to the firm offering the lowest price, technically acceptable proposal. Wage Rates will apply to the contract once it is established and can be found at http://www.wdol.gov/. The following Clauses apply to this Synopsis Solicitation FAR 52-212-1, Instructions to Offerors (Oct 2001) 52.212-3, Offerors Representations and Certifications; 52.212-4, Contract Terms and Conditions Commercial Items, (May 2001). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, (May 2001); the following provisions apply 52.216-19 Order Limitations, 52.216-21 Requirements, 52.217-9 Option to Extend the Term of the Contract, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41- Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; 52.225-13, Restriction on Certain Foreign Purchases; 52.203-6, Restrictions on Subcontractor Sales to the Government/ Alt 1; 52.219-14, Limitation on Subcontracting; 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.247-34 FOB Destination. Additional applicable FAR Clauses: FAR 52.216-18, Ordering (Oct 1995). 52.252-1 Solicitation Provisions Incorporated by Reference, 52-252-2 Clauses Incorporate by Reference, 52.219-28 Post-Award Small Business Program Representation. (a) Any supplies and services to be furnished. Availability of Funds for the Next Fiscal Year (Apr 1984). Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001) and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 1995) with its offer. APPLICABLE DFARS CLAUSES: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7007 Buy American Act-Trade Agreements-Balance of Payment Program (Sep 1999), 252.225-7012 Preference for Certain Domestic Commodities (Aug 2000) and 252.247-7024, Notification of Transportation of Supplies by Sea. Additional DFARS applicable clauses: 52.225-7002, Qualifying Country Sources as Subcontractors (Dec 1991) and DFARS 25-225-7031, Secondary Arab Boycott of Israel (June 1992). Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil The proposal is due no later than 4:30 P.M., September 17, 2008 to USPFO-MS, Attn: Jerri Winfield, P & C, 144 Military Drive, Jackson, MS 39232. Proposals may be faxed to (601) 313-1569. CCR is a mandatory requirement for all DoD Government contracts. To register on line go to http://www.ccr.gov/. Points of Contact for Technical questions regarding operation, etc. may be addressed to MAJ Robert Lemire (601) 313-6228; e-mail Robert.lemire@us.army.mil Questions regarding contractual documents may be addressed to Jerri Winfield, Contract Specialist at jerri.winfield@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=18df8ca9cbfed0854dd7f491d88c9189&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS<br />
Zip Code: 39208-8860<br />
 
Record
SN01657766-W 20080905/080903222340-18df8ca9cbfed0854dd7f491d88c9189 (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.