Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
SOLICITATION NOTICE

F -- OIL SPILL RESPONSE PACKAGE AND ANNUAL TRAINGIN SUPPORT

Notice Date
5/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-14-Q-0209
 
Response Due
5/14/2014
 
Archive Date
7/6/2014
 
Point of Contact
George Rutt, 253-966-9978
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(george.r.rutt.mil@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. JOINT BASE LEWIS-MCCHORD intends to award multiple BLANKET PURCHASE AGREEMENT that are advantageous to the U.S. Government, on a firm-fixed-price contract for a OIL SPILL RESPONSE PACKAGE AND ANNUAL EXERCISE SUPPORT. The associated North American Industrial Classification System (NAICS) code for this procurement is 562910 with a small business size standard of 500 Employees. This requirement is a total SMALL BUSINESS set-aside and only qualified offerors may submit quotes. JOINT BASE LEWIS-MCHORD requests quotes for a 3 YEAR BLANKETPURCHASE AGREEMENT. All CLINs shall be quoted FOB Destination to Joint Base Lewis McChord, WA 98433. The Contractor shall propose the following Contract Line ItemNumbers (CLINS): Note: Contractor shall read and comply with the Performance Work Statement when providing quotes on OIL SPILL RESPONSE PACKAGE AND ANNUAL EXERCISE SUPPORT CLIN 0001 Description: OIL SPILL RESPONSE PACKAGE Qty: 2 Extended Description: Provide a oil spill response package for initial assessment and response of oil spills on Joint Base Lewis McChord on a meet or exceed basis in accordance with Performance Work Statement, specifically paragraph 4.2 Cost per six (6) hour response Package $ ___________ Total cost $ ____________ CLIN 0002 Description: ANNUAL EXERCISE SUPPORT Qty: 3 Extended Description: Simulated spill response in support of annual JBLM environmental cleanup exercise. Exercise lasts two days. Dates of exercise announced 30 days prior to execution. See attached performance work statement, specifically paragraph 4.1 Cost per Annual Exercise $ ___________ Total cost $ ____________ CLIN 0002 Description: CONTRACT MANPOWER REPORT (CMR) Qty: 3 Extended Description: Contract manpower report per paragraph 8.0 of the performance work statement. Reporting requirements take approximately two hours of time for one employee to complete and are generally calculated using an accepted hourly wage for an administrative assistant. Cost per CMR $ ___________ Total cost $ ____________ Questions concerning this solicitation shall be addressed to CPT George Rutt, Contract Specialist, and e-mailed to George.r.rutt.mil@mail.mil. All questions or inquires must be submitted in writing via email no later than 2:00 p.m. PST on 12 MAY 2014. No phone calls will be accepted. Any amendments to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 3:00 p.m. PST on 14 MAY 2014. Quotes may be e-mailed to George.r.rutt.mil@mail.mil FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this BPA and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items) 52.212-2 (Evaluation - Commercial Items) The Government will establish a BPA resulting from this solicitation to three (3) lowest Responsible quotes that are conforming to the solicitation as the lowest price technically acceptable. 52.212-3 (Offeror Representations and Certifications - Commercial Items) Clauses: 52.204-7 (Central Contractor Registration) 52.212-4 (Contract Terms and Conditions - Commercial Items) 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items) 52.219-6 (Notice of Total Small Business Set Aside) 52.219-28 (Small Business Representation) 52.222-3 (Convict Labor) 52.222-21 (Prohibition of Segregated facilities) 52.222-26 (Equal Opportunity) 52.222-35 (Equal Opportunity for Veterans) 52.222-36 (Affirmative Action for Workers with Disabilities) 52.222-37 (Employment Reports on Veterans) 52.222-50 (Combat Trafficking in Persons) 52.225-13 (Restrictions on Certain Foreign Purchases) 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) 52.247-34 (F.O.B Destination) 52.252-2 (Clauses Incorporated by Reference) 252.204-7004 Alternate A (Central Contractor Registration), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) 252.225-7001 (Buy American Act and Balance of Payments) 252.225-7002 (Qualifying Country Sources as Subcontractors) 252.232-7003 (Electronic Submission of Payment Requests) To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. Register at https://wawf.ef.mil/index.html. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. No partial shipments unless otherwise specified at time of order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9050c0781c2217c28c77171650b58dd2)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
 
Record
SN03359849-W 20140509/140507234757-9050c0781c2217c28c77171650b58dd2 (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.