Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
SOLICITATION NOTICE

Z -- ASBESTOS ABATEMENT, REMOVAL OF GENERATOR STATOR COILS CONTAINING ASBESTOS AT THE DEGRAY POWER PLANT, ARKADELPHIA, ARKANSAS

Notice Date
3/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-14-T-0016
 
Response Due
3/20/2014
 
Archive Date
5/5/2014
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@usace.army.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. Solicitation Number W912EE-14-T-0016 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-72. This solicitation is being issued under a 100% Small Business Set Aside. The NAICS code for this procurement is 562910 - Remediation Services, with a size standard of $19 Million. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District, has a requirement for the removal of generator stator coils containing asbestos at the DeGray Power Plant Unit #1, located at the DeGray Powerhouse in the State of Arkansas. 848 Channel Rd, Arkadelphia, AR 71923 Description: Asbestos abatement work at DeGray Power Plant project is to furnish all labor, equipment, disposal and cleanup required to remove approximately 396 more or less stator coils. Place of Performance: DeGray Power Plant Unit #1, located at the DeGray Powerhouse in the State of Arkansas. 848 Channel Rd, Arkadelphia, AR 71923 Period of Performance: A Notice-To-Proceed (NTP) will be issued by the Contracting Officer's Representative (COR). This is expected to be March-April 2014, but exact start date will not be available until 5 days prior to start of work and must be complete within 25 days of the notice to proceed. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001; Asbestos Abatement, DeGray Unit #1; Total Price: $__________ PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS AND OTHER ATTACHMENTS are posted as an attachment to this solicitation. To access the specification documents click on the quote mark Additional Documentation quote mark link toward the bottom of this posting: The government intends to make one award for one firm fixed price contract. Offers for less than the required services will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) 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 following factors shall be used to evaluate offers: All quotes submitted will be evaluated for Technical Capability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & that demonstrates satisfactory past performance. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of technical capability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical capability, satisfactory past performance or price may be cause for rejection of your quote. (1) Technical Capability - to be determined technically capable offerors shall submit for evaluation, documentation of their capability to perform work, of a similar type, size, scope and complexity, as defined in the project scope-of work (SOW), and submit evidence of sufficient & satisfactory prior experience, performing work on contracts of a similar type, size, scope and complexity. A. Ability to perform the work: The contractor shall provide sufficient documentation of their technical capability, by including technical literature, brochures, equipment list, list of Key Personnel, Resumes, etc. to enable the Government to determine the offeror's capability to perform work on projects of similar type, size, scope and complexity. B. Sufficient & Satisfactory Prior Experience: The contractor shall provide documentation of a mandatory minimum of 2 years prior experience, performing and managing contracts of a similar type, size, scope and complexity. Similarities shall be in areas related to material composition, project size, number of employees, and the engineering work practice and personal protection controls required. Prior Experience information can be submitted based on the company record or based on the prior experience of Key Personnel involved with the work. (2) Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts involving asbestos abatement services on contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.252-2 Clauses Incorporated by Reference; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 3 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-14-T-0016 The Bidder/Offeror Inquiry Key is: 33DVP2-K63X8Q Specific Instructions for ProjNet Bid Inquiry Access: 1.From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2.Identify the Agency. This should be marked as USACE. 3.Key. Enter the Bidder Inquiry Key listed above. 4.Email. Enter the email address you would like to use for communication. 5.Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6.Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7.Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Quotes are due Thursday, 20-March-2014 not later than 2:00 p.m. CST, to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Proposals may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Proposals are due Thursday, 20-March-2014 not later than 2:00 p.m. CST, at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Proposals must be clearly identified for Solicitation No W912EE-14-T-0016 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-14-T-0016/listing.html)
 
Place of Performance
Address: DeGray Power Plant-USACE Vicksburg District 848 Channel Rd, Arkadelphia AR
Zip Code: 71923
 
Record
SN03303645-W 20140308/140306234817-3c8427c5cea9f922150f6be2e5e4242d (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.