Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

H -- Pre-contructions Assessment

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, DC 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-11-T-0024
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Tarita Lewis, 202-685-7884
 
E-Mail Address
USPFO for DC
(tarita.lewis.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. MEMORANDUM FOR ALL PROSPECTIVE OFFERORS FROM: United States Purchasing and Contracting of District of Washington/USPFO-DC 189 Poremba Court, ANAS Washington, DC 20315 SUBJECT: Request for Proposals (RFP) to prepare a Pre-Construction Assessment (PCA) for the DC Army National Guard. This RFP is an Open Market request. Anticipated award is NLT 14 September 2011. Request all pricing information be received by 12 September 2011, 10:00am Eastern Standard Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are effective through Federal Acquisition Circular (FAC) 2005-33. The solicitation number: W912R1-11-R-0009 is issued as a RFP for a firm-fixed price contract. Proposals will be evaluated using evaluation procedures set forth under FAR 52.212-2. Offerors must include a completed copy of the provision 52.212-3, Offeror's Online Representations and Certifications Application (ORCA)--Commercial Items with the offer. If the offeror does not have a copy of this provision, go to http://www.bpn.gov/ to load required information. Any responses received without completing ORCA registration will be considered noncompliant. The RFP document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular and DFARS Change Notice (DCN). This acquisition is 100% small business set aside with a small business size standard of $7.0 million.The North American Industry Classification System code is 238190 at $14 million. Work shall be in accordance with the attach Statement of Work (SOW). Contractors shall bid each line item as an all inclusive price. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect 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 award. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: FAR PROVISIONS INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration, (52.204-7) Alternate A, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions--Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.219-1 Alt I Small Business Program Representation, 52.219-6 Notice of Total Small Business Set Aside, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-10, 52.223-11 Ozone-Depleting Substances, Waste Reduction Program, 252, 223-7001 Hazardous Warning Labels, 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 52.228-5 Insurance - Work On A Government Installation, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-36 Payment by Third Party, 252.232-7000 Material Inspection and Receiving Report, 252.232-7003 Electronic Submission of Payment Requests, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, 52.237-3 Continuity Of Services, 52.242-15 Stop-Work Order, 52.246-1 Contractor inspection Requirements, 52.246-4 Inspection Of Services--Fixed Price, 52.246-20 Warranty Of Services, 52.246-25 Limitation Of LiabilityServices, 252.246-7010 Levies on Contract Payments, 52.247-34 F.O.B. Destination, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.249-4 Termination For Convenience Of The Government (Services) (Short Form), 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.253-1 Computer Generated Forms, 5352.201-9101 Ombudsman, 5352.223-9001 Health and Safety on Government Installations. Submission: Interested offerors must submit all questions to tarita.lewis.ctr@us.army.mil no later than 09 September 2011. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Responses may be sent electronically to Tarita Lewis, Contract Specialist, District of Columbia Army National Guard, Building 350, 189 Poremba Court SW, Washington, DC 20373, or via email: tarita.lewis.ctr@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-11-T-0024/listing.html)
 
Place of Performance
Address: USPFO for DC 189 Poremba Ct., Anascostia Naval Air Station Washington DC
Zip Code: 20315-0350
 
Record
SN02568386-W 20110910/110909001433-b476685bbd4a6562065e2a3ed07940a9 (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.