Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

37 -- Waste Wood Clearance on Fort McCoy Wisconsin

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA06T0130
 
Response Due
9/27/2006
 
Archive Date
11/26/2006
 
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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-06-T-0130 is issued as a request for quotation (RFQ). This solicitation is unrestricted under NAICS 562111 with the small business size standard of $11.5 million. CLIN 0001, Waste Wood Clearance Fort McCoy, Wisconsin has stockpiled a large amount of wood waste (whole trees, stumps, limbs, branches, and slash) through range modernization and construction projects. This material is stored at four separate locations on the installation. Locations a long with approximate sizes are noted on the attached map. Fort McCoy desires to convert this waste into a useable material through grinding it into wood chips, in accordance with the scope of work, drawings, and terms contained in the solicitation and th e resultant contract. CLIN 0002, Contracting Man Power Reporting Reporting. The contractor shall report ALL contractor manpower required for performance of this contract. See Contractor Manpower Reporting instructions in the Supplemental Information section, Paragraph 13. If needed, please refer to the CMR users guid e at the website provided in the Supplemental Information section to assess the level of effor that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contractor performance is completed before Sep 30 of fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. CMR cost shall be incorporated in the prices/costs qu oted by the contractor for performance of the contract work; there will not be separate pricing for compliance with CMR requirements. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instr uctions.htm. The following provisions and clauses are applicable: 52.212-1 Instructions To Offerors Commercial Items. 52.212-3 Alt I Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms And Conditions Commercial Items. 52 .212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabi lities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration . 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Paym ents Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information tech nology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Registration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already reg istered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 333415 under the Goods  Services section of the registr ation to be eligible to receive a contract for this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not re gistered in the CCR database by the due date/time of this solicitation, including NAICS 333415 in the Goods  Services section, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shal l complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http: //orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MU ST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN). Also, if quoting on an eq ual item, literature clearly showing that the product quoted matches the recommended brand (color, design, and material) must be submitted in order for your quote to be considered. Quotes and applicable literature must be received at ACA, Directorate of C ontracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1600 hours on Wednesday 27 September 06. If you are interested in this RFQ and wish to view the Statement of Work and obtain a copy, please contact Lorenzo Lopez, Contract Specia list, (608) 388-2218, fax (608) 388-5950, lorenzo.lopez2@us.army.mil.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01152198-W 20060924/060922221016 (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.