Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

S -- PORTABLE TOILET AND GREASE TRAP SERVICES

Notice Date
4/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008311R2421
 
Response Due
5/26/2011
 
Archive Date
6/10/2011
 
Point of Contact
ANNETTE TAYLOR 812-854-2673 DEBBIE DILLS 854-3234
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
N40083-11-R-2421, Portable Toilet/Septic Services at the Naval Support Activity Crane, Crane IN This RFP will be released via the Internet. All prospective offerors and plan rooms must be registered on the website. This RFQ will be available for viewing and downloading at http://www.esol.navfac.navy.mil. The official planholders list will be maintained and can be printed from the website only. Amendments will be posted on the website for downloading. This will normally be the only method of distributing amendments, therefore, IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS TO THIS RFP. All contractual and technical questions must be submitted to Annette Taylor via e-mail to: annette.taylor @navy.mil The proposals will be evaluated on the Offeror ™s technical submission and price quotation. Technical and price factors will be equal in significance. Offerors are required to submit separate technical and price proposals for the project. As a result of this Request for Proposal, the offeror determined to be the best in ability and value to the Government will be awarded this contract. The contractor shall provide all labor, transportation, materials, equipment, and supervision to provide portable toilet and septic services and grease trap services as required per the contract specifications. Contractors are expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may effect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract has been awarded. The accomplishment of this work effort will be via a combination Firm Fixed-Price (FFP) / Indefinite Quantity (IDIQ) Contract (NFAS 5252.216-9310) for supplies or services specified, and effective for the period stated in the schedule and accompanying exhibits as outlined in the solicitation package. Work items for the Firm Fixed Price portion are identified in the schedule and accompanying exhibits and includes all work except that identified as Indefinite Quantity. The Firm Fixed Price quantities shown in the schedule and accompanying exhibits are considered to be accurate estimates for this contract period. Work items for the Indefinite Quantity portion of the contract are identified in the schedule and accompanying exhibits. The quantities of supplies and service specified in accompanying exhibits and the schedules as identified quantity are estimates only and will be ordered by separate a task order. The order will specify the exact locations and types of work to be accomplished. The period of performance will be specified in each order. The Government is not obligated to order from the contractor those services that are currently being performed under other contracts or services including credit card purchases. The contract will utilize the Commercial Acquisition Procedures found in Federal Acquisition Regulations Part 12. The contract will also provide for two (2) additional 12-month periods to be exercised at the discretion of the Government. This proposed contract will be issued as Small Business Set-Aside procurement. The North American Industrial Classification System (NAICS) code is 562991Septic Tank and Related Services. The Small Business Size Standard is $7.0 Million. Proposals are due May 26, 2011 at 2:00 p.m. local time, Crane, Indiana.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008311R2421/listing.html)
 
Place of Performance
Address: 300 HIGHWAY 361 B-2516, CRANE, IN
Zip Code: 47522
 
Record
SN02433445-W 20110428/110426234555-9f43bb8d275f70ad290ae6e93a2ec6ab (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.