Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOLICITATION NOTICE

81 -- Dumpster Repair, Camp Lejeune, NC

Notice Date
6/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0230
 
Response Due
7/6/2012
 
Archive Date
7/21/2012
 
Point of Contact
Thomas Kunish 910-451-7844
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a quote which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0230 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 811310 and the business size standard is $7.0M. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001 18 Each Roll-off Dumpsters Repair. See scope of work. CLIN 0002 Six (6) Each Drop Bottom Dumpsters Repair. See scope of work All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government will award the contract to the quoter who represents the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 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; 252.204-7003 Control of Government Personnel Work Product; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. SCOPE OF WORK: The service provider shall provide all material, labor, equipment (forklifts) and supervision required to accomplish the following: General description The contractor shall repair 18 ea. Roll-off dumpsters and 6 drop bottom dumpsters. The contractor shall specialize in the refurbishment of dumpsters and have a minimum 5 years experience. An onsite location will be provided at the Camp Lejeune Marine Corps Base Landfill. Detailed requirements and specifications : 1.0 Roll-offs 1.1 Install and paint brown new traveling door on compactor 1.2 Install and paint brown new traveling door on compactor 1.3 Install and paint brown new traveling door on compactor 1.4 Repair/Replace rear door latch and adjust rear door on compactor 1.5 Repair/Replace stabilizing feet under rear of compactor 1.6 Repair/Replace stabilizing feet under rear of compactor 1.7 Remove 2 dividers in the recycle 3 in 1 roll-off 1.8 Remove 2 dividers in the recycle 3 in 1 roll-off 1.9 Remove 2 dividers in the recycle 3 in 1 roll-off 1.10 Remove 2 dividers in the recycle 3 in 1 roll-off 1.11 Remove 2 dividers in the recycle 3 in 1 roll-off 1.12 Remove 2 dividers in the recycle 3 in 1 roll-off 1.13 Remove 2 dividers in the recycle 3 in 1 roll-off 1.14 Remove 2 dividers in the recycle 3 in 1 roll-off 1.15 Repair/Replace rear door latch and adjust rear door on roll-off 1.16 Repair/Replace rear door latch and adjust rear door on roll-off 1.17 Weld hook on roll-off container 2.0 Drop-bottoms 2.1 Repair/replace side swing doors with side slide doors and replace top and paint green 2.2 Repair/replace side doors, repair/replace bottom hook, paint brown 2.3 Repair/Replace side doors, paint door brown 2.4 Repair/Replace bottom, paint blue 2.5 Repair/Replace bottom hooks, paint brown 2.6 Repair/Replace and reinforce bottom hooks, paint brown 3.0 Prior to performing Hot Work ; (welding, cutting, etc.) or operating other flame-producing/spark producing devices, a written permit shall be requested from the Fire Division. CONTRACTORS ARE REQUIRED TO MEET ALL CRITERIA BEFORE A PERMIT IS ISSUED. The Contractor will provide at least two (2) twenty (20) pound 4A:20 BC rated extinguishers for normal Hot Work . All extinguishers shall be current inspection tagged, approved safety pin and tamper resistant seal. It is also mandatory to have a designated FIRE WATCH for any Hot Work ; done at this activity. The Fire Watch shall be trained in accordance with NFPA 51B and remain on-site for a minimum of 30 minutes after. 4.0All previously painted areas damaged by welding and cutting shall be painted with the appropriate paint. 5.0Scrap metal from dumpster repairs will be placed into a roll-off container provided by Landfill Manager. Landfill Manager will dispose of all scrap metal at DRMO. 6.0 The service provider shall clean the work site at the end of each work day, and provide a final clean up upon completion of all work. SPECIAL INSTRUCTIONS: 1.Service provider shall be required to obtain hot work permits from Camp Lejeune Fire Dept before starting any welding or cutting. 2.Contractor will place scrap metal from dumpster repairs into a roll-off container provided by the Landfill Manager. The closing date for this solicitation is July 6, 2012 at 11:00 A.M. Eastern Standard Time. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quotes to thomas.kunish@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0230/listing.html)
 
Record
SN02790675-W 20120701/120629235048-123b8afd23f734a4482ba0e8548e47cd (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.