Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

H -- Environmental study

Notice Date
8/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-04-T-0066
 
Response Due
8/23/2004
 
Archive Date
10/22/2004
 
Point of Contact
Joe Smith, 601-313-1556
 
E-Mail Address
Email your questions to USPFO for Mississippi
(joe.smith@ms.ngb.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 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. Furnish all personnel, services, materials, equipment, technical and management support to review and update the Spill Prevention, Control and Countermeasure Plan (SPCCP), in addition to implementing an Integrated Contingency Plan (ICP) at Mississippi Army National Guard (MSARNG). A SPCCP update is required at Camp McCain Training Site, and the ICP is required at Camp McCain Training Site, Brookhaven Organizational Maintenance Shop, Vicks burg - Armory, Decatur - Organizational Maintenance Shop, Crystal Springs - Armory, and Gulfport Aviation Classification Repair Activity Depot. This Plan must provide all response procedures to contain and clean up spills that might occur; a responsive n otification and reporting procedure to be used when a spill occurs; the management of oil and hazardous substances including use, generation, transportation, storage, handling and disposal. This plan must also identify coordination activities with other F ederal, State, regional, interstate, and local government agencies to ensure that public health and welfare are protected from spills of oil and hazardous substances. Contractor shall comply with the issue or version (including all changes and amendments) of federal, state and local environmental statutes and regulations in effect at time of issuance of contract, Title 40, Code of Federal Regulations (CFR), Part 112, AR 200-1, MSARNG 200-1, Environmental Protection and Enhancement Plan, LOCATION OF FACILIT IES: OMS #5 Brookhaven, MS, OMS # 17 Decatur, MS, Armories Vicksburg, MS and Crystal Springs, MS, Camp McCain Training Site, Elliott, MS, Gulfport Aviation Classification Repair Activity Depot. The contractor shall be a registered professional engineer cer tified by the state of Mississippi. The contractor shall conduct management and planning functions during the course of the effort. The contractor shall provide support to MSARNG through the preparation of their SPCCPs and ICPs. Spill Prevention, Contro l and Countermeasure Plan-The contractor shall review documents describing the management of oil spills, petroleum, oils, lubricants, and applicable federal, state, and local laws, regulations that pertain to spill prevention. The contractor shall use inf ormation gathered in these reviews in the preparation of the draft and final reports. The contractor shall establish procedures and schedules so that all work necessary in the preparation of the SPCCP can be accomplished by the contractor and approved by t he MSARNG Environmental project manager. The contractor shall use AR 200-1 and MSARNG 200-1 to develop and update the SPCCP. The completed plan shall contain comprehensive inventories of oil storage facilities. The contractor shall review all information provided by the Environmental Division and shall verify and supplement this information with data collected by the contractor in his review of all applicable documents. To ensure compliance with federal and state SPCCP requirements, the completed plan sh all include but not limited to the following: Notification Requirements/Response Procedures (Spills, Information Content, Spill Report Form, Written Reports), Emergency Coordinators, Spill Contractors, Spill Control Materials Lists, Regulatory and Mississi ppi Military Department Contacts, Site Descriptions (Site Maps Direction of Flow, Topographical Maps), Bulk Storage Inventory / Worst Case Scenario, Spill Log, Spill Plan Distribution, Personnel Training. Integrated Contingency Plan- The contractor shall review documents describing the management of hazardous materials and applicable federal, state, and local laws, regulations that pertain to spill prevention. The contractor shall use information gathered in these reviews in the preparation of the draft and final reports. The contractor shall establish procedures and schedules so that all work necessary in the preparation of the ICP can be accomplished by the c ontractor and approved by the MSARNG Environmental project manager. The contractor shall use AR 200-1 and MSARNG 200-1 to develop and update the SPCCP. The completed plan shall contain comprehensive inventories of hazardous materials. The contractor shal l review all information provided by the Environmental Division and shall verify and supplement this information with data collected by the contractor in his review of all applicable documents. ENVIRONMENTAL TASK AREAS: Timely submission of deliverables is essential to the successful completion of this delivery order. Schedules for deliverables are specified in paragraph 3.1.1. All material and information gathered and/or developed in the performance of the tasks listed in this contract shall be the prope rty of the U.S. Government. PROJECT MANAGEMENT: Monthly Financial and Management Reports: Performance and Cost Report. The contractor shall submit a monthly Performance and Cost Report Monthly Status Reports: The contractor shall provide monthly status reports throughout the performance of this delivery order task. These reports shall include the work accomplished during the month and any problems or issues that have been identified. Meetings: The contractor shall participate in meetings in person and v ia telephone conference, as required to successfully complete this project. The contractor shall be represented by the overall project manager and technical personnel as appropriate. It is anticipated that at least one (1) progress meeting will be requir ed during the completion of this delivery order. An initial scoping meeting, to be held within 14 days of the effective date of order to discuss the schedule and execution of the work. The additional progress meetings may be held to discuss, review, and respond to comments of the draft plan. The contractor shall submit minutes for all meetings the contractor attends. SCHEDULE: Submit draft plans 45 days after effective date of delivery order. The government review time is estimated to be 45 days (and ma y be extended by MSARNG if necessary). Following receipt of MSARNG comments, the contractor shall prepare a final plan incorporating the required changes. A final draft will be provided to the MSARNG for approval and signature 21 days after receipt of co mments. Upon receipt of final draft with signature, the contractor shall provide the MSARNG with the final plan copies 14 days after receipt of signed copy. This solicitation number W9127Q-04-T-0061 is issued as a Request for Quotes. The solicitation an d incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-14. This solicitation is 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). NAICS is 541330, Small Busin ess Standard is $4,000,000. The following clauses apply: FAR 52-212-1, Instructions to Offerors (Oct 2001); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Execu tive Orders, (May 2001); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veter ans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities of the Vietnam Era; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal hires; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and O ption Contracts) 52.232-33, Payment by Electronic Funds Transfer ?????? Central Contractor Registration; 52.232-36, Payment by Third Party; 52.219-14, Limitation on Subcontracting. Additional applicable FAR Clauses: FAR 52.247-34 FOB Destination. Offer s must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ?????? Commercial Items (May 2001) with its offer. APPLICABLE DFARS CLAUSES: 252.204-7004, Required Central Contractor Registration (Mar 2000); 252.212-7001, Cont ract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisition of Commercial Items (Dec 2000), to include; 252.225-7001 Buy American Act and Balance of Payments Program , Full text of these provisions ma y be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. This announcement is the solicitation. Quotes are due no later than 4:30 P.M., August 23, 2004, to USPFO-MS, Attn: Joe Smith, USPFO P & C, 144 Military Drive, Jackson, MS 3923 2-8860. Quotes can be to faxed to (601) 313-1569. CCR is a mandatory requirement for all DoD Government contracts. You must be registered in order to be eligible for award of a contract. To register on line go to http://www.ccr.gov/. POINTS OF CONTACT: Technical questions regarding this requirement may be addressed to Reta Gaines at 601-313-6229.
 
Place of Performance
Address: USPFO for Mississippi 144 Military Drive, Jackson MS
Zip Code: 39208-8860
Country: US
 
Record
SN00638810-W 20040808/040806212545 (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.