Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2002 FBO #0242
SOLICITATION NOTICE

J -- This is a combined synopsis and RFP for barge cleaning.

Notice Date
7/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1045
 
Response Due
8/6/2002
 
Point of Contact
Ed Brown (619)532-2574 See Above
 
E-Mail Address
Email your questions to Contract Specialist
(glenn_e_brown@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitu tes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-1045 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices (DCN) 20020531 Edition. The standard industrial code is 7699 And the business size standard is $6 million. The agency need is material and labor for SWOB Barge Cleaning in accordance with the Statement of work herein: 1. STATEMENT OF WORK A. REMOVAL OF ALL OILY WASTE AND RESIDUAL LIQUIDS FROM CARGO TANKS. FOUR (4) CARGO TANKS PER BARGE (SEE ATTACHED SWOB BARGE INVENTORY SHEET) B. CLEAN ALL CARGO WASTE TANKS C. MAKE ALL CARGO TANKS AND BARGES "GAS FREE" AND SAFE FOR MEN. D. GOVERNMENT SHALL OPEN AND CLOSE TANK LIDS E. WORK WILL BE ACCOMPLISHED AT THE 32ND STREET NAVAL STATION AT THE PIER OR QUAYWALL WHERE LP AIR, OILY WASTE, BOWTS, CHT AND WATER SUPPLY CONNECTIONS (RISERS) ARE AVAILABLE. CURRENT LOCATION FOR BARGES IS CHOLLIS CREEK BUT LOCATIONS OF BARGES MAY VARY. GOVERNMENT SHALL PROVIDE LOCATION AND BASE ACCESS TO CONTRACTOR. 2. DESIRED START DATE IS 12 AUGUST 2002 WITH A COMPLETION TIME OF 30 DAYS. PROJECT MUST BE COMPLETED PRIOR TO SEPTEMBER 23, 2002 3. BARGE INVENTORY SHEET: Barge# of Cargo Tanks Oily Waste or Residual Liquid in Tank SWOB #4 4 1S-5 inches 2S-6 inches 1P-6 inches 2P-6 inches SWOB #5 4 1S-1 inch 2S-6 inches 1P- Dry 2P - Dry SWOB #6 4 1S-12 inches 2S- 4 inches 1P-12 inches 2P - Dry SWOB #9 4 1S - Dry 2 S- 1 inch 1P - Dry 2P - Dry SWOB #10 4 1S-4 inches 2S- 4 inches 1P-4 inches 2P- 3 inches SWOB #49 4 1S-4 inches 2S- 4 inches 1P-4 inches 2P-4 inches SWOB #50 4 1S-2 inches 2S- 2 inches 1P-2 inches 2P-2 inches SWOB #54 4 1S-4 inches 2S- 4 inches 1P-4 inches 2P-4 inches This requirement is for a fixed priced contract for the line items listed above. Mark for: EMC Arnold Salido (619)556-6798 Port Operations The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties sh all be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements, 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarrment, 52.223-5 Pollution Prevention and Right-To-Know Information, 52.237-2 Protection of Government Buildings, Equipment and Vegetation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related f actors. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time 31 July 2002 . Offers will be accepted via fax (619-532-1089) or via e-mail (glenn_e_brown@sd.fisc.navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (s).
 
Web Link
NECO Home
(http://neco.navy.mil)
 
Record
SN00128668-W 20020801/020730213827 (fbodaily.com)
 
Source
FedBizOpps.gov 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.