Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOLICITATION NOTICE

S -- Wastewater Treatment and Collections Services

Notice Date
10/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-12-T-0001
 
Response Due
11/28/2011
 
Archive Date
1/27/2012
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - Yuma Proving Ground
(curtis.arthur@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ) under Solicitation Number W9124R-12-T-0001. This action is solicited as an unrestricted. The North American Industry Classification System (NAICS) code is 221320 with a size standard of $7 million dollars. The United States Army Yuma Proving Ground (USAYPG), Arizona is requesting quotes for Wastewater Treatment and Collection Services. The Contractor will be required to provide services in accordance with the Performance Work Statement (PWS) indicated in Attachment 2. The period of performance for this acquisition shall be for a (two weeks) phase-in period, one-year base period, and two one-year option periods. It is anticipated that the base year will be funded but the option years will be issued subject to the availability of funds. The award will contain Firm-Fixed Price (FFP) contract with Labor Hour and Cost Contract Line Item Numbers (CLIN). Quotes shall conform to the CLIN structure indentified in Attachment 1. Offerors must provide the Unit Price, Total Price, and Total Extended Price for all CLIN. The proposed Total Extended Price on CLIN 0005, 0006, 1004, 1005, 2004 and 2005 will be utilized as a Not to Exceed (NTE) Ceiling Price. It is anticipated that payment will be made by Wide Area Workflow (WAWF). The Government anticipates award on a best value basis. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award to other than the lowest offeror. Offerors must propose to perform all aspects of the PWS. Offerors will be required to submit written proposals. Evaluation Criteria are provided (FAR Provision 52.212-2) in Attachment 3. This RFQ closes on Monday, 28 November 2011 at 12:00 PM Noon Mountain Standard Time (MST). Responses to the RFQ shall be submitted by the closing date indicated in the CSS, in the content, format, and copies specified in Attachment 3. RFQ responses shall be submitted in via email or hard copy format. A site visit will be scheduled to be held on Thursday, 03 November 2011 at 8:00AM MST. Please review Attachment 5 for any additional site visit information. There will be only one question period. Questions must be submitted in writing. All questions concerning this requirement must be emailed to the POC listed below no later than Monday, 14 November 2011 at 12:00PM Noon MST. Please reference RFQ W9124R-12-T-0001 on all inquiries. All responding vendors must be actively registered with the Central Contractor Registration (CCR) prior to award of contract. Information to register in CCR can be found at https://www.bpn.gov/ccr/default.aspx. Offerors that fail to furnish required documentation as required by FAR provisions 52.212-1(b) and addendum to 52.212-1 (Attachment 3) or reject the terms and conditions of this solicitation may be excluded from consideration. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-53, Effective 04 Aug 2011 and Defense Federal Regulation Supplement (DFARs), current to DCN 20111021 (Effective 21 Oct 2011) Edition. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at www.farsite.hill.af.mil. The CSS and all attachments are available at http://www.yuma.army.mil/site_contracting.asp. Attachments: Attachment 1 - CLIN Structure Attachment 2 - Performance Work Statement (PWS) Attachment 3 - Clauses and Provisions (to include FAR 52.212-1 and 52.212-2) Attachment 4 - Wage Determination 2005-2027 (Rev 15) 6/13/2011 Attachment 5 - Site Visit Information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6d555d93a135c6153262770a811acc5)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02612960-W 20111028/111026233829-c6d555d93a135c6153262770a811acc5 (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.