Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2006 FBO #1749
SOLICITATION NOTICE

H -- Inspection Repair and Services of Fuel Storage Tanks

Notice Date
9/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
OSH070001
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Description
This is a combined synopsis solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. No written solicitation will be issued. Solicitation Number OSH-07-0001 is used for reference purposes. The Department of Homeland Security Bureau of Customs and Border Protection has a requirement for fuel tank testing, monitoring and repair for underground tank located at Imperial Beach, Beyer Blvd, El Cajon, and aboveground tank located at Brown Field, Campo and Boulevard. Clin 0001: fuel tank monitoring test (10,000 gallon tank) three (3) times per year. Clin 0002: fuel tank integrity test, (10,000 gallon tank) three (3) times per year and hourly repair rate as necessary . Contractor must be International Code Council (ICC) certified for fuel tank repairs in the state of California. Contractor will conduct inspections (including monthly County Hazardous material Inspection) fuel tank repairs and maintenance as needed. Monitoring and leak testing must meet the requirements of County of San Diego, Environmental Health Hazardous material division. The Scope of work in this quote request is not all-inclusive, as needed. Repairs include hoses, reels, hardware, electrical systems, dispensers, monitoring system and Veeder Root Systems. Contractor must be able to be on ?site within 24 hour of trouble call. The Base period of performance is October 1, 2006 thru September 30, 2007 with 4 option years. Option year one is from October 01, 2007 through September 30 ,2008. Option year two is from October 01, 2008 through September 30, 2009 . Option year three is from October 01 2009 through September 30, 2010 . Option year four is from October 01, 2010 through September 30, 2011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 12. The following clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items however sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2 Evaluations Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers. The government will evaluate the proposals based on price, past performance, and Technical Capability . Past performance and technical capability when combined are equal to price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer most advantageous to the government price and other factors considered, such as quality of service, timeliness of performance and business relations. Offerors shall submit as a part of their quote completed copies of the provisions at FAR 52.212-3 with Alt I Offeror Representations and Certifications applies to this acquisition addenda are as stated herein. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition Supervision Labor and Materials. 52.247-21 Contract liability for personal injury and or property damage. The following clauses within paragraph 52 .212-5(b) apply to this solicitation. FAR 52.222-21 Prohibition of Segregated Facilities. 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. FAR 52.225-13 Restriction on Certain Foreign Purchases and FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal Acquisition Circular is available electronically from the following site http://farsite.hill.af.mil. . Offers in response to this combined synopsis/solicitation are due not later than Sep 21, 2006 at 4:PM pacific time. Firms offering a response to this notice should ensure registration in the Central Contractor Registration database prior to submission for consideration. Call Tess Bayquen at 619-216-4016 for more information or send email to teresita.bayquen @ dhs.gov. Offerors are requested to submit offers via e-mail however facsimile copies are acceptable at 619-216- 4110.
 
Place of Performance
Address: US Border Patrol, 2411 Boswell Road, Chula Vista CA
Zip Code: 91914
Country: UNITED STATES
 
Record
SN01137507-W 20060910/060908220442 (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.