SOLICITATION NOTICE
F -- Wood Grinding and Yard Waste Grinding at MCB Camp Lejeune Landfill
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- N4008510R0256
- Point of Contact
- Meghan Hislop 910-451-2582 e 5234
- Small Business Set-Aside
- N/A
- Description
- OICC Camp Lejeune intends to award a Firm-Fixed Price contract for wood grinding and yard waste grinding in support of landfill operations at Marine Corps Base Camp Lejeune, Jacksonville, NC. This is a combined synopsis/solicitation for commercial services. The procurement is prepared and conducted in accordance with the format presented in FAR Subpart 12.6 and 13.5, as well as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40085-10-R-0256 and is issued as a Request for Proposal (RFP). This incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The NAICS code for this requirement is 562219 and it is issued as unrestricted. The contractor shall provide all material, labor, equipment and supervision to perform the work as detailed in the attached performance-based statement of work. The Contractor shall provide a completion date as part of their submission. SCA Wage Determination 05-2393 Rev(11) is applicable to this work. The following provisions and clauses are applied to this acquisition and incorporated into this notice: 52.212-1 Instructions to Offerors “ Commercial and any addenda to the provision as included in this notice. 52.212-3 Offer Representations and Certifications “ Commercial Items, Offerors must include a completed copy of the provision with their offer 52.212-4 Contract Terms and Conditions “ Commercial Items and any addenda to the provision as included in this notice. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “ Commercial Items 52.244-6 Subcontracts for Commercial Items 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense Contract Felonies 252.204-7004 Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 5252.232-9301 Invoicing Procedures Electronic 5252.242-9300 Government Representatives To view the provisions and clauses in full text visit the following website at www.arnet.gov/far or can be provided at the offeror ™s request. The period of performance for this contract is for 365 after the date of award or until the capacity of debris included in this solicitation has been ground in its entirety. Evaluation of Offerors: The contractor who provides the most advantageous offer in terms of price and technical ability of the offeror to meet the Government ™s need, conforming to the solicitation, will be awarded a contract. In order to determine the most advantageous offer to the Government, trade-offs will be made between the Evaluation Factors; however, in accordance with FAR 12.602 “ Streamlined Evaluation of Offers and FAR 13.106-2 Evaluations of Quotations or Offerors, the Contracting Officer is not required to list the relevant importance of the evaluation factors. Proposal Submission: A complete proposal will consist of the following items completed, signed (if applicable) and returned: 1.Proposal Pricing 2.Completed Clause 52.212-3 Offer Representations and Certifications “ Commercial Items, ORCA is preferred (clause attached) 3.Any amendments, signed 4.A brief, one-page description on how the contractor will accomplish the work, including any machinery to be used. If more than one page is provided, only the first page will be evaluated. This is your technical submission. 5.Offerors shall provide information on a maximum of three (3) similar contracts performed within the past five (5) years, including current (on-going) contracts. Contracts should be similar in size, scope and complexity as the current requirement. Include a short description, contract number, title, contract value, location and a list of clients and points of contact on individual contracts with accurate telephone numbers. Offeror is responsible for ensuring points of contacts and phone numbers are current and accurate. This information will be used to in making a responsibility determination. 6.A completed Financial Questionnaire (attached) in a sealed envelope from the financial institution. This information will only be used to make a responsibility determination for a potential awardee. If a complete proposal is not received, the offeror WILL NOT be eligible for award. Proposals are due by 1100 EST 15 September 2010. Quotations are to be submitted to: OICC CAMP LEJEUNE; ATTN: MEGHAN HISLOP; 1005 MICHAEL ROAD; CAMP LEJEUNE, NC 28547. Only mailed or hand-delivered proposals will be accepted. Proposals received after the required time will be considered late and handled in accordance with FAR 52.212-1(f). Please direct questions or comments to Meghan Hislop at (910) 451-2582, ext 5223, or meghan.hislop@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008510R0256/listing.html)
- Place of Performance
- Address: Marine Corps Base Camp Lejeune, Jacksonville, NC
- Zip Code: 28547
- Zip Code: 28547
- Record
- SN02264373-W 20100903/100901235857-4bf143013c0e03cbc1806172cdffb155 (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 |