Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

B -- Provide Sanitary Pumping Services at Blackhawk Park, DeSoto WI.

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-10-R-0004
 
Response Due
3/24/2010
 
Archive Date
5/23/2010
 
Point of Contact
Carol S. Olson, 651-290-5406
 
E-Mail Address
USACE District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Corps of Engineers is soliciting for proposals to provide sanitary pumping services at Blackhawk Park, DeSoto WI. The solicitation number W912ES-10-R-0004 is issued as a request for proposal. The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. The requirement calls for pumping sewage waste from the shower, administrative and maintenance building, sanitary disposal station, seven vault privies, the campground fee collector tank and four portable toilets. The contractor shall furnish all labor equipment, and fuel to complete this work. Pumping shall be performed between 8AM and 6PM Monday through Friday with the exception of 3 holiday weekends when pumping shall be completed once over the weekend. Base year period of performance will be 1 April 2010 through 31 December 2010. The contractor shall submit a copy of required state permits/licenses prior to the start of work. The resulting contractor will provide services in accordance with commercial standards, local, state and federal laws, and the requirements of the Scope of Work. Awards will be made to the offeror with the ability to fulfill the aggregate of the requirements. The resultant contract will be a Firm-Fixed Price Contract and the performance period is 1 base year and 4 renewable option years. The anticipated contract start date is 1 April 2010. Evaluation factors for award shall be as follows: Price and Past Performance will be evaluated in accordance with FAR 13.106-2(a)(4)(ii); an award will be issued to the lowest priced offer having the highest past performance rating, representing the best value when compared to any lower priced offer. Past Performance is approximately equal to cost or price. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The solicitation is set-aside 100% for small business concerns and the size standard is $7M dollars. The associated NAICS code is 562991. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Alt I, Offeror Representations and Certifications Commercial Items, and 52.219-1 Alt I, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arnet.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: 52.204-7, 52.204-9, 52.209-6, 52.212-2, 52.212-4, 52.212-5, 52.217-5, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.221-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.223-5, 52.223-10, 52.223-11,52.223-17, 52.233-3, 52.233-4, 52.225-13, 52.232-19, 52.232-33, 52.237-1, 52.237-3, 52.243-1 Alt 1, 52.244-6, 52.246-4, 52.253-1, 52.222-41, 52.222-42, 52.217-8, 52.217-9, 52.228-5, 52.228-4002, 52.237-2. The following DFAR clauses are applicable to this solicitation: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A, 252.204-7006, 252.212-7000, 252.223-7006, 252.225-7001, 252.232-7003, 252.243-7001, 252.212-7001, 252.232-7010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. Department of Labor Wage Determination Schedule WD 05-2577 (Rev.-10) is applicable to this procurement. This solicitation is issued as a request for quotes. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Electronic responses are the preferred method; however proposals may also be faxed to the Attention of Carol Olson at 651-290-5706. Proposals may also be mailed to the US Army Corps of Engineers, St. Paul District, ATTN: Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Solicitation packages may be requested via e-mail at carol.s.olson@usace.army.mil. Telephonic inquiries or requests for information will not be honored. This notice closes on 24 March 2010 at 3:30 p.m., local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-R-0004/listing.html)
 
Place of Performance
Address: USACE District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN02090324-W 20100313/100311235626-7662cc01bb27ef123374fa7ddd2e9e1a (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.