Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2009 FBO #2823
SOLICITATION NOTICE

B -- Groundwater sampling and analysis of three sites along the Mississippi River near Red Wing and Wabasha, Minnesota.

Notice Date
8/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-T-0072
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Carol S. Olson, 651-290-5406<br />
 
E-Mail Address
US Army Engineer District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The reference number for this effort is W912ES-09-T-0072 and the solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ This solicitation is set-aside 100% for Hubzone small business concerns. The associated NAICS code is 541380 and the small business size standard is 12.0 million dollars. This requirement consists of 3 line items (0001 GROUNDWATER SAMPLING AND ANALYSIS FOR CORPS ISLAND, 0002 GROUNDWATER SAMPLING AND ANALYSIS FOR FISHER ISLAND, and 0003 WABASHA DREDGED MATERIAL UNLOADING. St. Paul District, Corps of Engineers requires the services of a contractor to collect and analyze water samples from three sites along the Mississippi River near Red Wing and Wabasha, Minnesota, according to the scope of work and sampling protocol. The contractor shall also conduct and record in situ monitoring of water level, temperature, specific conductance, pH, dissolved oxygen, and turbidity at each site, for each sampling event. The completion date for the service is 31 May 2010, to be delivered to U.S. ARMY CORPS OF ENGINEERS, CEMVP-EC-H, ATTN: JIM NOREN, 190 5TH ST. EAST, SUITE 401, ST. PAUL MN 55101-1638 The provisions at 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.203-12 Limitation on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.207-2 Notice of Streamlined Competition, 52.209-5 Certification Regarding Responsibility Matters, 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1, Instructions to Offerors Commercial Items, 52.212-2 Evaluation-Commercial Items with evaluation factors of Price and Delivery, applies to this solicitation. The provisions at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items, and 52.219-1 Alt. I, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provisions may be attained from http://www.arnet.gov/far. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Deviation), applies to this acquisition. The following FAR clauses are applicable to this acquisition. 52.217-8 Option to Extend Services, 52.219-3 Notice of HUBZone Small Business Set-Aside, 52.219-6 Notice Of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-19 Child Labor, 52.222-26 Equal Opportunity, 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 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 Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, As amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.237-3 Continuity of Services, 52.247-34 F.O.B. Destination, 52.253-1 Computer Generated Forms. (xi) The following DFAR clauses are applicable to this acquisition: 252.203-7000 Requirements Relating Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.204-7006 Billing Instructions, 252.209-7001 Disclosure of Ownership or Control By the Government of a Terrorist Country, 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests and 252.243-7001 Pricing of Contract Modifications. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 3:30 PM CDT, August 28, 2009. Faxed or emailed quotes are acceptable. The assigned Specialist is Carol Olson at carol.s.olson@usace.army.mil (651)290-5406 or by fax, (651)290-5706. In order for an interested party to have a complete quotation package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS/ALTERNATE I; completed FAR clause 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS/ALTERNATE I. A determination by the Government not to award this proposed contract action based on this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0072/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
Zip Code: 55101-1638<br />
 
Record
SN01913494-W 20090817/090815233913-51ca88fa8c62231ff39f486276d7306d (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.