SOLICITATION NOTICE
S -- Fort Hancock, NJ - C2 Wastewater Collections Systems Operator
- Notice Date
- 12/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - NPNH MABO - National Parks of New York Harbor MABO 210 New York Avenue Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- P12PS22136
- Response Due
- 12/20/2011
- Archive Date
- 12/8/2012
- Point of Contact
- ROSELYN D SESSOMS Contract Specialist 7183544716 roselyn_sessoms@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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.(ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. (iii) This solicitation is a total economically disadvantaged woman owned small business set-aside, NAICS 221320 Sewage Treatment Facilities, with a small business size standard of $7.0 Million. The National Park Service encourages the participation of small, economically-disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price contract, with Indefinite Delivery Indefinite Quantity (IDIQ) line items, to the responsible offeror whose total offer represents the best value for the Government, price and technical factors considered. Gateway National Recreation Area - Sandy Hook Unit, NJ 07732 has a requirement/need for a Wastewater Collections System Operator for a period of twelve (12) months, beginning 17 January 2012 through 31 December 2012. The twelve month period will consist of 46 weeks x 10 hours/week for a total of 460 hours. The Government will include IDIQ line items for up to 60 hours, in the event additional hours are required. The Government will include two (2) Option Periods of one (1) year each, following this twelve (12) month base period, for wastewater collection system services. Refer to attached Statement of Work, for specific requirements, including required licenses, and attached Contract Bid Schedule. (v) LOCATION: Gateway National Recreation Area - Sandy Hook Unit, NJ 07732.(vi) SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted per month, after successful performance and acceptance.(vii) SCHEDULE: The actual time frame of accomplishing the project should take 12 months. There are two Option Periods, of one (1) year each, following this base period, for continued wastewater collection system services.(viii) DOCUMENTS TO BE INCLUDED IN QUOTE: 1.Quote provided on attached bid schedule.2.Written descriptions of three (3) previous projects of a similar nature and complexity. Projects should demonstrate the operator's experience in providing wastewater collections system services.3.Provide a minimum of three (3) verifiable references (one for each project) with the names, company names (if applicable),telephone numbers and email addresses of contacts. Past performance on contracts with the Federal Government, other public agencies, or private organizations will be considered.4.Copy of Operator's current New Jersey C-2 Wastewater Collection System Operator License.5.Proof of CCR registration.6.Name, phone number, and address of your point of contact. (ix) The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business will meet or exceed the following criteria:1.The offeror shall demonstrate at least ten (10) years of successfully completing wastewater collections system services of a similar type and complexity.2.The offeror shall demonstrate satisfactory performance completing wastewater collections system services.3.The offeror holds a current New Jersey C-2 Wastewater Collection System Operator License. (x)A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(xi)FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.217-5, Evaluation of Options, FAR 52.232-18, Availability of Funds, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (a) clauses indicated by number 1,2,3, paragraph (b) clauses indicated by number 11, 13, 22, 23, 25, 26, 27, 28, 30, 32, 33, 37, 39, 41, 46 and paragraph (c) clauses indicated by number 1, 2 and 3. (xii)The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xiii)Offers must be submitted via email to NPNHContracting_BidProposal@nps.gov, to the attention of Roselyn Sessoms, with a courtesy copy sent to Roselyn_sessoms@nps.gov. The due date and time is 10:00am ET on Tuesday, December 20, 2011. (xiv)Applicable Wage Determination: WD 05-2351 (Rev.-10) SCOPE OF WORKRequirements of Wastewater Collection Systems Operator: The contractor shall provide a Wastewater Collections System Operator with a minimum of 10 years of wastewater collection experience as a C2 licensed operator. The operator must have a minimum of a current New Jersey C-2 Wastewater Collection System Operator License. (Must provide a copy of the license).The work requirements to be performed by the C-2 Wastewater Collections System Operator include the following:Must submit an "Operator in Charge" form to the NJDEP, stating the individual as the Operator of Record. Park personnel will be the back-up operators.Must perform weekly inspections of the fifteen (15) sewer lift stations throughout Sandy Hook, and record operating hours of pumps, and any deficiencies found.Must perform monthly inspections of selected manholes of the sewer collection system. The Sandy Hook Utility Forman will select the manholes to be inspected.Must be available for NJDEP inspections of sewer collection systems performed during 10 hour work week.Submittal of any specific NJDEP forms that might be required.Must be available for weekly discussions with the Sandy Hook Utility Manager and provide operational information, feedback, and/or advice on the operations of the wastewater collection system.Submit work orders to the SAHO Utility Manager for any required repairs that needs to be done. Schedule for Work: Operator must report to the Sandy Hook Utility Manager at the Sandy Hook Sewer Treatment Plant. The Operator will be required to work 10-hours per week between the hours of 7 a.m. and 3 p.m. during he work week of Monday thru Friday excluding Federal Holidays. This contract will be awarded for a 12-month period.Exact working hours can be discussed and agreed upon with the Sandy Hook Utility Manager upon award of contract.Contractor must provide the same individual Operator for the base period of twelve (12) months. The twelve(12) months consists of 460 hours (46 weeks x 10 hours/week) allowing the Operator up to 6 weeks (60 hours) off in case there is a need for any time off (i.e. sick, vacation). This time off will not be paid. The Government will include an Indefinite Delivery Indefinite Quantity Line Item for additional hours in the event the individual does not utilize any or all of the 6 weeks of unpaid time off or in the event additional hours are needed for any other reason. CONTRACT BID SCHEDULE__________________________________________________ REQUEST FOR QUOTEWastewater Collection Systems OperatorGateway National Recreation Area - Sandy Hook UnitSubmit bid for all items: Failure to do so may render the bid non-responsive. Refer to definition of bid items for the bid item descriptions. BASE BID ITEM NO 1: Provide twelve (12) months of Wastewater Collection System Operator, with a minimum of 10 years of wastewater collection experience as a C2 licensed operator, from 17 January 2012 through 31 December 2012 at Sandy Hook location. BASE BID ITEM NO 1: UNIT SUM $ ______________/Month-------------------------------------------------------------------------------------------------------------------------------IDIQ- BASE BID ITEM NO 2: Provide up to sixty (60) additional hours, in the event the operator does not utilize any or all of the 6 weeks unpaid time off, or additional hours are needed for any other reason. IDIQ BID ITEM NO 2: UNIT SUM $ ______________/Hour------------------------------------------------------------------------------------------------------------------------------- OPTION YEAR 1- BID ITEM NO 3: Provide twelve (12) months of Wastewater Collection System Operator, with a minimum of 10 years of wastewater collection experience as a C2 licensed operator, from 1 January 2013 through 31 December 2013 at Sandy Hook location. OPTION BID ITEM NO 3: UNIT SUM $ ______________/Month-------------------------------------------------------------------------------------------------------------------------------OPTION YEAR 1- IDIQ - BID ITEM NO 4: Provide up to sixty (60) additional hours, in the event the operator does not utilize any or all of the 6 weeks unpaid time off, or additional hours are needed for any other reason. OPTION BID ITEM NO 4: UNIT SUM $ ______________/Hour-------------------------------------------------------------------------------------------------------------------------------OPTION YEAR 2- BID ITEM NO 5: Provide twelve (12) months of Wastewater Collection System Operator, with a minimum of 10 years of wastewater collection experience as a C2 licensed operator, from 1 January 2014 through 31 December 2014 at Sandy Hook location. BID ITEM NO 5: UNIT SUM $ ______________/Month-------------------------------------------------------------------------------------------------------------------------------OPTION YEAR 2 - IDIQ- BID ITEM NO 6: Provide up to sixty (60) additional hours, in the event the operator does not utilize any or all of the 6 weeks unpaid time off, or additional hours are needed for any other reason. IDIQ BID ITEM NO 6: UNIT SUM $ ______________/Hour Total of Base Bid Item 112 Months X $__________/Month = $____________ Total of IDIQ Base Bid Item 260 Hours X $__________/Hour = $____________ Total Base + IDIQ Bid Items = $___________________________________ Total of Option Year 1 Bid Item 312 Months X $__________/Month = $____________ Total of IDIQ Option Bid Item 4 60 Hours X $__________/Hour = $____________ Total of Option Year 1 +IDIQ Option Bid 4 = $_________________________________ Total of Option Year 2 Bid Item 5 12 Months X $_________ /Month =$___________ Total of IDIQ Option Bid Item 6 60 Hours x $________/Hour = $______________ Total Option 2 + IDIQ Bid Item 6 = $________________________________________ TOTAL BASE+IDIQ+OPTION1+IDIQ4+OPTION 2+IDIQ6 = $________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22136/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area, Sandy Hook Unit, Hartshorne Drive, Building 130, Fort Hancock, NJ 07732
- Zip Code: 07732
- Zip Code: 07732
- Record
- SN02636554-W 20111211/111209233922-7beeaf2734bc767450b4c8099026dbdc (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 |