Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
MODIFICATION

J -- Removal of oil and sludge and cleaning of #6 oil tanks

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W905JZ-2177-2009
 
Response Due
9/12/2012
 
Archive Date
11/11/2012
 
Point of Contact
Devin S. FitzMaurice, 508-233-6115
 
E-Mail Address
ACC-APG - Natick (SPS)
(devin.s.fitzmaurice.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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 service prepared in accordance with the format in FAR 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. The solicitation number is W905JZ-2177-2009 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. This acquisition is reserved 100% for Small Business concerns under NAICS code 562910 for environmental remediation services. The small business size standard for NAICS 562910 is 500 employees for environmental remediation services. Any contract awarded as a result of this solicitation will be a Firm Fixed Price Contract awarded using Simplified Acquisition Procedures in accordance with FAR 12 and FAR 13. The Natick Soldier Systems Center's Data Center Infrastructure Management (DCIM) has a requirement to clean a quantity six (6) each twenty thousand (20,000) gallon #6 oil underground storage tanks and dispose of waste oil per the attached Statement of Work. Quotes shall be valid for a minimum of 60 days. Offers will be evaluated on a lowest price technically acceptable basis. To be considered technically acceptable the contractor shall demonstrate compliance with OSHA Confined Space Entry Procedures and (IAW) Massachusetts Hazardous Waste regulation 310 CMR 30.00. The tanks have approximately the following amounts of oil in them: TankGallons 1118.76 21,393.15 31,431.66 43,446.66 51,435.57 6377.48 Total8,203.28 As part of any proposal the Offeor shall state how they will remove the oil from the tanks and they will dispose the oil, including transporting the oil. All proposals shall be in line with all Federal and Massachusetts state regulations for disposing of, recycling, and or reselling oil. A site visit will be hosted on August 23, 2012 at 10:00AM EST for potential Offeors to view the tanks, if a potential Offeror who would like to attend please email devin.s.fitzmaurice.civ@mail.mil no later than 3:00 PM EST Monday 20, 2012, with the names of any attendees and the license plate numbers of any vehicle that will be entering the installation. All vehicles may be subject to search. The Place of performance is: US ARMY SOLDIER SYSTEMS CENTER 15 KANSAS STREET NATICK, MA, 01760 The period of performance is from the date of award until completion is not to exceed 90 days. This solicitation will result in a firm fixed-price contract containing the following contract line item numbers: 0001 Clean six (6) each twenty thousand (20,000) gallon #6 oil underground storage tanks and dispose of the waste oil per the attached Statement of Work. 0002 Contractor Manpower Reporting The following attachments are included and applicable to this solicitation: Statement of Work The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. To receive an award of contract the Offeror shall be registered in the Central Contractor Registration (CCR) database which can be accessed at the website http://www.ccr.gov, Online Representations and Certifications Application (ORCA), https://orca.bpn.gov/, and Wide Area Workflow (WAWF) https://wawf.eb.mil/ prior to award. SOLICITATION PROVISIONS/CONTRACT CLAUSES: The following FAR clauses apply: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). 52.212-2 Evaluation - Commercial Items (Lowest Price Technically Acceptable), Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. 52.222-54 Employment Eligibility Verification DFARS clauses: 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.225-7002 Qualifying Country Sources as Subcontractors 252.209-7002 Disclosure of Ownership or Control by a Foreign Government 252.232-7010 Levies on Contract Payments. AFARS Clause: 5152.0237-4005 Accounting for Contract Services. The Service Contract Act is applicable version 2005-2055 Rev 14. The full text of the above clause may be accessed electronically at: http://farsite.hill.af.mil/ Wage determinations can be viewed here: http://www.wdol.gov/ Please see the attached questions and answers, please certify that you have reviewed the questions and answers when you submit your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df5335d5e7a22ae258052627ddfd09cb)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02866010-W 20120906/120904235702-df5335d5e7a22ae258052627ddfd09cb (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.