Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
MODIFICATION

P -- Asbestos Abatement and Demolition at Buffalo National River

Notice Date
7/12/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
11 North 4th Street, Saint Louis, MO 63102
 
ZIP Code
63102
 
Solicitation Number
P13PS01054
 
Response Due
7/15/2013
 
Archive Date
1/11/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is P13PS01054 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 238910 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-07-15 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Harrison, AR 72601 The DOI NPS MWR MISSOURI MABO requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Contractor shall provide all supervision, labor, materials, and transportation to provide asbestos abatement and demolition services in accordance with Attachment 1 - Scope of Work/Specifications., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS MWR MISSOURI MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS MWR MISSOURI MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: paragraph (a), the following clauses in paragraph (b): 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.219-28, Post Award Small Business Program Re-representation (Apr 2012); 52.222-3, Convict Labor (June 2003); 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 (Oct 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); and the following clauses in paragraph (c) apply: 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). Fill-in Information: Employee Class - Laborer $11.64; Monetary Wage -- Fringe Benefits -- $4.22 paragraph (b)(4): Along with a completed bid schedule (Attachment 2 of this combined synopsis/solicitation), offerors shall submit a Waste Reduction Work Plan and a proposed schedule in Gantt Chart Format. 52.212-2 -- Evaluation -- Commercial Items: (a)(i) technical acceptability of proposed Waste Reduction Format IAW the Scope of Work paragraph IV.A. (ii) technical acceptability of proposed schedule. Acceptable schedules shall identify all tasks in a logical sequence. Tasks shall include, but is not limited to, material order/fabrication, task duration, proposed task start date, proposed task completion date, and bar chart outlining process, and (iii) price. The government may reject any quote that is evaluated to be unrealistically high or low in cost when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity of this requirement. Technical acceptability is equal to price. 52.204-7 -- Central Contractor Registration. 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.225-13 -- Restrictions on Certain Foreign Purchases. 1452.215--71 Use and Disclosure of Proposal InformationDepartment of the Interior. 52.212-3 -- Offeror Representations and Certifications -- Commercial Item 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) 1452.228-70 Liability Insurance, fill in: $20,000.00 each person, $100,000.00 each occurrence, $200,000.00 property damage Two pre-bid site visits will be conducted at Buffalo National River, 402 N. Walnut, Harrison, AR, 72601 on 3 Jul 2013 at 09:00 AM Central Time and 8 Jul 2013 at 2:00 pm Central Time for the purpose of examining the site and verifying conditions. Offerors must attend one of the two scheduled site visits in order to bid. RSVP to terri_dyke@nps.gov. Bid MUST be good for 30 calendar days after close of Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS01054/listing.html)
 
Place of Performance
Address: Harrison, AR 72601
Zip Code: 72601
 
Record
SN03115586-W 20130714/130712235037-24c9b1f9dd2a0cc342c56522731e453f (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.