Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

H -- WASTE WATER TREATMENT PLANT

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
M33610 MARINE CORPS MOUNTAIN WARFARE TRAINING CENTER Marine Corp Mountain Warfare Training Center Bridgeport, CA
 
ZIP Code
00000
 
Solicitation Number
M3361010T0028
 
Response Due
9/10/2010
 
Archive Date
9/25/2010
 
Point of Contact
SSGT TONCU, CRISTIAN (760) 932-1544
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; proposals are not being requested and a written solicitation will not be issued. The Government intends to award on a sole source basis with Tri-State Water Operations Inc for the Waste Water Treatment Plant services citing Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit with only one, or a limited number of sources under the authority of FAR 6.302. To the best of the Government ™s knowledge, there are no other vendors that can satisfy this requirement. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. This notice of intent is not a request for competition. However, all proposals received within the time frame specified in the combined synopsis/solicitation after date of publication of this synopsis may submit a capability statement in response to the above requirement with cost/price information before the expiration of this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.. All responding vendors must be Central Contractor Registered (CCR). It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. The requirement consists of the following items: See scope of work for total description. Period of performance is 30 Sep 2010 - 31 Aug 2011 Contractor will assume overall responsibility of the MCMWTC Wastewater and Potable Water Operations. Ensure the accurate and timely submittal of required reports to official agencies to ensure compliance of officially mandated time schedule orders. Contractor is expected to work mostly independently and carry out assignments in accordance with accepted practices, resolving most conflicts that arise. Completed work is evaluated for appropriateness and conformance to policy. Tasks may include, but are not limited to the following: Assume the role of the responsible official Supervise all Waste Water and Potable Water operations. This requires a minimum of a California Class III wastewater operator license, a Grade II potable water treatment license and a Grade I potable water distribution system license, plus experience in operating activated sludge wastewater treatment systems, specifically sequencing batch reactors (SBRs). Submit regional, state and federal reports as needed and required, via MCMWTC Facilities Maintenance Manager and Environmental Manager Inform the command of issues related to operational readiness of the wastewater and potable water treatment processes, progress of report submittals and any correspondence with the regional, state and or federal regulatory agencies. Provide training as requested to plant employees, including laboratory analyses. Provide a technical review of wastewater/water construction project submittals, and attend related on-site meetings as requested. A minimum of one site visit per month. Quoters are encouraged to use Standard Form 1449, Solicitation/Contract/ Order for Commercial Items form found at http://www.gsa.gov/forms/pdf_file and submit a proposal. All qualified responsible small business sources may submit a quotation, which shall be considered by the agency. APPLICABLE PROVISIONS AND CLAUSES. Quotations received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. ORCA also allows Government personnel to access your information online, thus eliminating the need for you to submit representations and certifications with each offer. To register in ORCA you will need an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company ™s ID and password into ORCA. Vendors are reminded to protect their MPIN from unauthorized use. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire. The questionnaire is to help you gather information you need for the clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain its active status. Detailed information regarding ORCA, how to submit your record, and whom to call for assistance can be found on ORCA ™s homepage at http://orca.bpn.gov/help.aspx. Full text of FAR and DFARS provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors “ Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions “ Commercial Items (Oct 2008) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2009) 52.246-2 -- Inspection of Supplies -- Fixed-Price (Aug. 1996) 52.247-34 F.o.b. Destination (Nov 1991) The Following Clauses incorporated in 52.212-5 are also applicable: 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.222-3 Convictiting and Labor (June 2003) 52.222-19 Child Labor “ Cooperation with Authorities and Remedies (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration (Oct 2003) The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Central Contractor Registration Alternate A (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JAN 2009). 252.223-7001 Hazard Warning Labels (Dec 1991) 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JAN 2009) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7036 Buy American Act ”Free Trade Agreements ”Balance of Payments Program (JAN 2009) 252.227-7015 Technical Data “ Commercial Items (Nov 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) 252.232-7003 Electronic Submission of Payment Request (Mar 2008) 252.247-7023 Transportation of Supplies by Sea Alternate III (May 2002) In compliance with DFARS 252.232-7003 (to be included in the award resulting from this solicitation), the USMC is required to use Wide Area Work Flow (WAWF). You may register to use WAWF at https://wawf.eb.mil/. Training is available at no cost from http://www.wawftraining.com. All quotations must be submitted via email to cristian.toncu@usmc.mil. To be considered for award, quoters must submit quotations to ensure they reach destination by no later than 8:00 a.m. PST 10 SEP 2010.Quotations received after the due date and time will not be considered for award. No facsimile offers will be accepted. All proposals must be clearly marked with M33610-10-T-0028
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M33610/M3361010T0028/listing.html)
 
Place of Performance
Address: MARINE CORPS MOUNTAIN WARFARE TRAINING CENTER
Zip Code: HC 83 BOX 1, BRIDGEPORT, CA
 
Record
SN02268115-W 20100905/100903235538-ca12cffe403d9d9d5286639e60d7fda9 (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.