Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2008 FBO #2263
SOLICITATION NOTICE

P -- Concrete Crushing Recycling

Notice Date
2/4/2008
 
Notice Type
Solicitation Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-08-T-0005
 
Response Due
2/22/2008
 
Archive Date
4/22/2008
 
Point of Contact
Max D Putnam Jr., 253-966-0175
 
E-Mail Address
Email your questions to ACA, Fort Lewis
(max.d.putnam@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of a commercial Service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation and incorporated prov isions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. A Request: For Proposals for Solicitation W911S8-08-T-0005; Concrete Crushing & Storage; SEE PERFORMANCE WORK STATEMENT BELOW; This is a total set-aside f or Small Businesses; Project location: Landfill #5, Fort Lewis, WA 98433 ; Pre-Proposal site visit shall not be requied for a contractor to make an offor; This shall be Firm Fixed Price Contract; Proposals shall include a Firm Fixed Price to cover all cost s: all labor, equipment, materials, permits, fees, overhead, and miscellaneous costs necessary for the accomplishment of this project; Award will be made on the basis of lowest price, technically acceptable; Project Start Date: 30 days or less ARO After Cl osing Date; Expected length of Project: Less than 30 days; If you are interested in providing a quote and require a full copy of Solicitation, Contact Max Putnam, Contract Specialist, via email (max.d.putnam@us.army.mil); Please include all Contractor In formation, Company Name, Requesting Party, Telephone Number, Fax Number, and Email Address; Reference FAR 52-212-1 and 52-212-2. In accordance with FAR 52-212-1(b), Instructions to Offeror's Commercial Items: Offeror's may use another format for submissio n of quotes. However, all quotes must contain the minimum information required by this clause, and Provision 52.212-3; Electronic Submissions of Solicitation is preferred; Any and all questions shall be submitted in writing using company letterhead page or Email. PERFORMANCE WORK STATEMENT: PORTLAND CEMENT CONCRETE (PCC) CRUSHING 1. General Requiremants: The U.S. Government is requesting proposals for crushing of broken concrete mixed with metal reinforcing. The concrete stockpile is approximately 10, 000 tons in terms of weight. The stockpile is located at Landfill #5, Fort Lewis. Contractors will be required to provide a portable crushing plant onsite, recycle all metals removed from concrete, and leave site in a clean and orderly manner. Water is ava ilable contractor must transport water to the plant site via contractor temporary piping or hose. The contractor will be responsible for providing a suitable backflow prevention device. 2. Major Items of Work: The services to be covered by the contract inc lude: a. Provide a portable concrete crushing plant adequate in size to complete the described project but small enough to work within the site space constraints. A map outlining the stockpile and processing area is attached for reference. b. Crush all sto ckpiled concrete to the specified gradation (Solicitation) and store finished product within the storage area, which is approximately 100 feet away from the work site itself. c. Comply with all Federal and State of Washington Department of Environmental Qu ality permit conditions, rules and regulations, as well as those of other regulatory agencies. d. The contractor must maintain compliance with the Fort Lewis Air Force Base air permit issued by the Washington State Department of Environmental Quality. No particulate matter (i.e., dust) shall become airborne and remain visible past the Fort Lewis property line due to the contractor's operation (rock crushing, material movement, etc.). e. The contractor must provide a storm water pollution prevention plan an d any necessary permits. The contractor is responsible to ensure no contaminants from the operation leave the site and must comply with all applicable local, state and federal rules and regulations. f. Provide a safety plan specific to this project and mai ntain an onsite safety coordinator during all operations. h. Properly dispose of all trash and non-recyclable items from the job site daily. g. Recycle all reco vered metals at an on-site location designated by the government. h. Remove all equipment, and trash from the site at completion of the project. Site should be left in clean and orderly manner. i. All product stockpiles left on-site, must be left free of s craps or other formations that may slide or fail, and maintained to allow traffic access around the site. j. Proposal shall include all required labor, equipment, permits, fees, and materials required to complete the work. 3. Project Schedule: Crushing ope rations may only occur between the hours of 7:30 a.m. to 4:30 p.m., Monday through Friday. 4. Material Requirements: Recycled PCC shall consist of processed PCC free of soil, vegetation, metal, or other deleterious contaminants and shall conform to the req uirements of Table 1. The maximum size of the processed material shall be 1 inch or less in diameter. 5. Contractor shall prepare Contractor Manpower Report and all other required completition of contract paperwork. END OF PERFORMANCE WORK STATEMENT CONTRA CT LINE ITEM Numbers (CLIN 0001: Install and Removal of Portable Crushing Operation at Government Site; CLIN 0002 Fixed Price Per Ton of Recycled Concrete; CLIN 0003 Adminstrative cost for Contract Manpower Reporting. For FULL REQUIREMENTS REQUEST C OPY OF SOLICITATION W911S8-08-T-0005. CONTRACTOR MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. IF NOT ALREADY REGISTERED IN CCR, GO TO WWW.CCR.GOV TO REGISTER PRIOR TO SUBMITTING QUOTE. NO PARTIAL QUOTES WILL BE CONSIDERED. Th e clauses and Provisions listed below apply to this acquisition: 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred; Suspended, or Proposed for Debarment JAN 2005; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Con ditions--Commercial Items OCT 2003; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Dec 2007; 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 20 04); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, E mployment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50, Combating Trafficking in Perso ns (Aug 2007) (Applies to all contracts); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000). 52.225-1, Buy American ActSupplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006 ) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.222-41, Service Contract Act of 19 65 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), 52.242-15, Stop-Work Order (Aug 1989) 52.246-1 Contractor Inspection Requirements APR 1984; 52.247-34 F.O.B. Destination NOV 1991; 52.252-1 Solicitation Provisions Incorp orated By Reference FEB 1998; 52.252-2 Clauses Incorporated By Reference FEB 1998; 52.252-5 Authorized Deviations In Provisions APR 1984; 52.252-6 Authorized De viations In Clauses APR 1984; 52.253-1 Computer Generated Forms; 252.204-7003 Control Of Government Personnel Work Product APR 1992; 252.201-7000 Contracting Officer's Representative; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003; 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005; 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005; 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003; 252.232-7003 Electro nic Submission of Payment Requests JAN 2004; 252.243-7001 Pricing Of Contract Modifications DEC 1991; 252.246-7000 Material Inspection and Receiving The full Solicitation will be available for download from the Fort Lewis Contracting Office web site at ht tp://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation. Offers are due on 22 Feb 2008 at 4:30 PM. Pacific Daylight Time.
 
Web Link
ACA Fort Lewis Web Site
(http://www.lewis.army.mil/doc)
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01499615-W 20080206/080205051100 (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.