Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
MODIFICATION

B -- Prepare a Groundwater and Surface Water Monitoring Plan and Install Permanent Monitoring Wells

Notice Date
8/1/2005
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Construction Battalion Center, CBC Code 520 2401 Upper Nixon Road, Gulfport, MS, 39501-5001
 
ZIP Code
39501-5001
 
Solicitation Number
N62604-05-T-0077
 
Response Due
7/28/2005
 
Archive Date
8/12/2005
 
Point of Contact
Carmen Urbati, Purchasing Agent, Phone 228-871-2267, Fax 228-871-3212, - Derald Johnson, Supv Purchasing Agent, Phone (228) 871-2176, Fax (228) 871-3212,
 
E-Mail Address
cdurbati@cbcgulfport.navy.mil, dmjohnson@cbcgulfport.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SMALL BUSINESS SIZE STANDARD CHANGED TO $6 MILLION. This is a COMBINED synopsis/solicitation for services to prepare a groundwater and surface water monitoring plan and to install permanent monitoring wells at Camp Keller Small Arms Range, Woolmarket, Biloxi, MS, in accordance with the statement of work. This solicitation document and incorporated privisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and DCN 20050621. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N62604-05-T-0077 is issued as a request for quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP). This acquisition is 100% Set Aside for Small Business. The North American Industry Classification System Code is 541620, small business size standard is $6 million. Statement of Work: Purpose: This monitoring plan shall be designed to provide information to the Navy and the Forest Service about the impacts of small arms training on the groundwater and surface water quality at Camp Keller. Tasks: Site visits as required to gain familiarity with the site and range operations. Using visual cues, piezometers and other available information, locate one up gradient groundwater sampling location and three down gradient groundwater sampling locations. Also, locate one up gradient and three down gradient surface water sampling locations, one in each of the drainage system that leaves the range impact area; Hog Branch, Hester Creek and Howard Creek. Sample all groundwater and surface water locations to establish a baseline for the report. Analyze the samples, using a state certified lab, for pH, total lead, copper, and zinc. Using the information gained from sampling the piezometers, install four permanent 2?groundwater monitoring wells in the Miocene aquifer. The wells shall be finished flush with the ground surface and a permanent concrete monument (4? x 4? x 60? with 36? above ground) painted fluorescent orange for ease of location. The workplan shall discuss the rational for the sampling locations chosen, information about the wells, i.e. diameter and depth and GPS reference points. The plan shall also present the information from the first sampling round. Provide, in spreadsheet format, a table to track all future sampling events for all locations. Provide three additional sampling events three months apart for both groundwater and surface water (Four sampling rounds total). Analyze all samples for total lead, copper and zinc. Thirty days after award, three copies of a draft workplan shall be submitted to the Navy point of contact (POC). Allow fifteen days for the Navy and the Forest Service to review and comment on the draft. Based on the comments received, provide five hard copies and two CD?s of the plan to the Navy POC within thirty days. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial, 52.212-2 Evaluation ? Commercial Items. NCBC will use the following factors to evaluate quotes in descending order of importance: A. Technical capability of the item offered to meet the Government requirement and B. Price. The Government reserves the right to make award of the initial offer received without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and technical capability considered. Companies wishing to respond to this solicitation must be in compliance with FAR 52.204-7, Required Central Contractor Register (CCR). Further information may be obtained by calling CCR Registration Assistance Center at 1-888-227-2423, Customer Service, and request the registration form and assistance packet for your completion. The Internet site for registering in the CCR is http://www.ccr.gov. Companies wishing to respond to this solicitation must provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested item showing SOLICITATION NUMBER, PRICE BREAKDOWN, EXTENDED PRICE, FOB, PROMPT PAYMENT TERMS, DELIVERY TIME. OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items, their DUN & BRADSTREET CODE, Commercial and Government Entity (CAGE) Code and Tax Identification Number (TIN). Those companies not in possession of the provisions in full text may access them at http://farsite.hill.af.mil. The contract clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items is incorporated by reference and applies to this acquisition. The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, apply to this acquisition. The following additional FAR and DFARS clauses cited in these clauses are applicable: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be emailed to Carmen.Urbati@navy.mil or faxed to 228-871-3212/2691 by July 20, 2005, 2:00 p.m. Facsimile quotations acceptable, Fax 228-871-3212/2691, email Carmen.Urbati@navy.mil. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered. See Note 1.
 
Place of Performance
Address: Camp Keller Small Arms Range, Woolmarket, Biloxi, MS
Country: United States
 
Record
SN00859523-W 20050803/050801212444 (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.