Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

D -- SHAREPOINT 2007 SUPPORT FOR THE U.S. ARMY CORPS OF ENGINEERS, PACIFIC OCEAN DIVISION (POD), FORT SHAFTER, HAWAII

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-09-T-0037
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
Maria Buckner, 808-438-8583
 
E-Mail Address
US Army Corps Of Engineers, Honolulu
(maria.r.buckner@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation No. W9128A-09-T-0037 is being issued as a request for quotation (RFQ). This is a firm-fixed price commercial service being solicited as small business set-aside with NAICS code 541512. The small business size standard is $25,000,000.00. Award will be made as a lump sum contract line item number. Selection will be made based on the lowest price offeror that the Government determines fair and reasonable. Offers shall be submitted no later than 17 September 2009, 2:00 p.m. Hawaiian Standard Time via email to Ms. Maria Buckner at maria.r.buckner@usace.army.mil. Point of contact is Ms. Buckner at phone, (808) 438-8583. The Scope of Work dated 5 August 2009 is attached. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to this provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition including any addenda to this clause. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The applicable FAR clauses in this clause are as follows: 52.219-6; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.232-33; 52.222-41; 52.222-42 The following local statements apply to this acquisition: S-19AU.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1 (AUG 2002) This paragraph applies to contracts and purchase orders that require the contractor to comply with EM 385-1-1 (e.g., contracts that include the Accident Prevention clause at FAR 52.236-13 and/or other safety provisions.) EM 385-1-1 and its changes are available at the following web site: http://www.hq.usace.army.mil/soh/hqusace_soh.htm The Contractor shall be responsible for complying with the current edition and all changes posted on the web as of the effective date of this solicitation. Per EM 385-1-1 (latest version) Contractors shall ensure timely accident reporting is strictly adhered to. PODR 265 will be completed within 24 hours of all accidents (excluding first aid injuries). ENG 3394 forms will be completed within 5 days of lost time accident and forwarded to the Contracting Officer or Contracting Officer Representative. All accidents will be reported through the Honolulu Engineer District Safety Office, (808) 438-1316 within 24 hours of the incident. [End of Statement] S-19SAFETY STANDARDS The successful offeror will be required to comply with Chapter 396 of the Hawaii Occupational Safety and Health Act (OSHA) standards and Title 12 Department of Labor and Industrial Relations, Subtitle 8 Division of Occupational Safety and Health, Part 2 General Industry Standards as well as with the Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual. [Title 29, CFR, Chap 18, Part 1910 (OSHA)] [End of Statement] S-36.18ACCIDENT PREVENTION PLAN (DEC 1998) Within 15 days after receipt of Notice of Award of the contract, and at least 7 days prior to the preconstruction conference, four copies of the Accident Prevention Program shall be submitted to the Contracting Officer for review and acceptance. The program shall consist of the following forms and documents: (a) An executed POD Form 248-R Rev (1 Jun 98), Accident Prevention Program, Administrative Plan. (b) An executed POD Form 184-R Rev (16 Oct 98), Activity Hazard Analysis. (At the Contracting Officer's discretion, the Contractor may submit its Activity Hazard Analysis only for the first phase of construction provided that it is accompanied by an outline of the remaining phases of construction. All remaining phases shall be submitted and accepted prior to the beginning of work in each phase.) (c) A copy of company policy statement of accident prevention and any other guidance statements normally provided new employees. Contractor shall not commence physical work at the site until the program has been accepted by the Contracting Officer, or his authorized representative. In developing and implementing its Accident Prevention Program, the Contractor is also responsible for reviewing Section 1 of the most current edition of US Army Corps of Engineers Safety and Health Requirements Manual, Engineer Manual 385-1-1. [See paragraph entitled, SAFETY STANDARDS, in Section 00800] [End of Statement] S-36.30REQUIRED INSURANCE The contractor shall provide and maintain, during the entire performance of this contract, at least the following kinds and amounts of insurance pursuant to the clause in Section I entitled Insurance--Work on a Government Installation: TypeAmount 1. Comprehensive General Liability$500,000 per occurrence 2. Comprehensive Automobile Liability: (a) Bodily Injury or Death$200,000 per person $500,000 per occurrence (b) Property Damage$20,000 per occurrence 3. Workers Compensation and Employers Liability Insurance - Minimum coverage of $100,000. If any part of the work is to be performed outside the United States, the Contractor shall provide such workers' compensation insurance or security as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and continue to maintain it until performance is completed pursuant to the clause in Section I entitled Workers' Compensation Insurance (Defense Base Act). This requirement is applicable only for the Contractor's employees performing the contract work outside the United States and is in lieu of Workers' Compensation and Employer's Liability Insurance shown in Item No. 3 above. Before commencing performance under this contract, the contractor shall submit to the Contracting Officer a written certification that the insurance or security required under the foregoing paragraphs has been obtained along with the evidence thereof. The contractor shall insert this clause in all subcontracts under this contract. [End of Statement] S-36.34 VEHICLE REGISTRATION (b)All vehicles operating on Army Installations must have a valid registration, valid certificate of insurance, current safety inspection and be operated by a licensed driver. Vehicle operators shall be prepared to present these documents when requested by the security guard. (c)Contractor vehicles utilized in performance of the contract shall be registered with the Installation Provost Marshal for entry into any Army Installation. This includes contractor employees privately-owned vehicles (POVs) used to travel to and from the job site. Employees will be allowed to register only one vehicle. It shall be the sole responsibility of the contractor to register vehicles with the Provost Marshal. (d)Prior to contract performance, the contractor shall provide the Contracting Officer with a list of company-owned vehicles, employee POVs, and any subcontractor vehicles to be registered. The Contracting Officer will prepare a request for vehicle registration to the Provost Marshal. Upon receipt of the signed request the contractor shall report directly to the Provost Marshal for vehicle registration. Contractor employees must report in person for registration of their POVs. The following documents will be required to be presented to the Provost Marshal for vehicle registration: 1.Contracting Officers request for vehicle registration. 2.Valid Vehicle registration 3.Valid Certificate of Insurance 4.Current Safety Inspection 5.Valid drivers license (e)At any time contractor employees (or subcontractor employees) are operating contractor-owned vehicles on an Army Installation, they shall have in their possession a letter signed by a corporate officer authorizing the individual to drive the vehicle. (f)The Contracting Officer and the Provost Marshal office shall be notified of any changes in vehicles within three business days of the change. (g)In the event the Provost Marshal issues extended passes for vehicles, lost passes shall be reported immediately, in writing, to the appropriate Provost Marshal Office, in order to obtain new passes. Notification shall include all circumstances surrounding the loss of the original passes. All vehicle passes issued shall be returned to the Provost Marshal upon completion of the contract, termination of an employee or discontinued use of the registered vehicles. (h)Failure to follow the procedures outlined above may result in delays in entering Army Installations. The Government is not responsible for any adverse impact on the contractor or its operation as a result of delays due to the failure to register vehicles. [End of Statement] S-4COST BREAKDOWN Quoter is required to provide a detailed cost breakdown of his quotation which is to be submitted with his response to this Request for Quotation. Breakdown should cover costs such as labor, materials, overhead and profit. The information will be used in the evaluation process. [End of Statement]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-09-T-0037/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Pacific Ocean Division Building 525 Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN01951118-W 20090913/090912001408-29f1365c976b885df4a63a9e14ac5b8f (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.