Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
SOLICITATION NOTICE

H -- Methane Gas Monitoring

Notice Date
9/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-14-Q-0349
 
Point of Contact
Jean E. Wagnac, Phone: 9104513018, Nancy B. Peterson, Phone: 9104511582
 
E-Mail Address
jean.wagnac@usmc.mil, nancy.peterson@usmc.mil
(jean.wagnac@usmc.mil, nancy.peterson@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/ Solicitation. The solicitation is a 100% set-aside for Small Business pursuant to 52.219-6. The associated NAICS code is 541330. Quotes from other than small businesses will not be considered for award. The Marine Corps Installations East, Regional Contracting Office, Camp Lejeune, North Carolina is issuing this Request for Quote (RFQ), M67001-14-Q-0349, for the acquisition of Services of Methane Gas Monitoring on Camp Lejeune, NC in accordance with FAR Part 12 "Acquisition of Commercial Items". Required items and specifications are listed in Schedule of Items and Statement of Work below. The Government intends to award a single contract as a result of this solicitation. The Government reserves the right to award without discussions, but reserves the right to engage in discussions if later determined to be in the best interest of the Government. A single firm-fixed price contract will be awarded for this requirement. This acquisition will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures. The RFQ documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, effective 25 July 2014 and DFARS Publication Notice (DPN) 20140805. The proposed acquisition is for a 100% small business set-aside for the associated NAICS code 541330. Offerors must be registered in the System for Award Management (SAM) database. Information on registering in SAM may be obtained by calling (866) 606-8220 or via the Internet at http://www.sam.gov. The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. PRICING: All quotes shall be the Contractor's Best Pricing. EVALUATION. Award will be made to the Lowest Price Technically Acceptable quote. The Government intends to make a single Firm Fixed Price Award to satisfy this requirement. Award will be based on the initial evaluation of quotes received in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint. Evaluation of quotes will be conducted on a lowest-priced, technically acceptable basis. All quotes will be evaluated first on price. The lowest priced quote will be evaluated for technical acceptability on an acceptable/unacceptable basis. If the lowest priced quote is found to be technically acceptable, then no further evaluations will be conducted and award will be made. If the lowest priced quote is not technically acceptable, the next lowest priced offer will be evaluated, and so on until a technically acceptable quote is found. TECHNICAL COMPLIANCE: To ensure technical compliance: a. Quoters shall provide product literature and description of all quoted items A mere statement that the quoter will meet the Government's requirement for service is NOT sufficient. Additionally, simply regurgitating (copy and pasting) the specifications in the solicitation is NOT sufficient ; and b. Clearly state whether the quoter can meet the required services. Vendors who cannot meet the required services will not be considered technically acceptable. PREPARATION OF THE RESPONSE TO THE SOLICITATION FOR COMMERCIAL ITEMS. Quotes submitted shall include the following: (a) Technical Quote to include quoted all service requirements (b) Price/Quote (c) Vendors must complete and return DFARS 252.209-7993 Deviation and return with their quote package. DFARS 252.209-7993 is incorporate by FULL TEXT in this solicitation, under the Clause and Provision section. SUBMISSION OF QUOTES: Quotes related to this RFQ shall be received by the Contracting Department within the date and time specified in Block 8 on the first page of this solicitation, to be considered for award. The information submitted shall be clear and legible (Note: repetitively copied data loses its clarity and legibility.) Quotes may be submitted via email to jean.wagnac@usmc.mil; via facsimile to 910-451-2332 Attn: Jean Wagnac; or via courier to Contracting Department, Bldg 1116, Camp Lejeune, NC 28542. Submitted quotes must reflect Technical and Price as described in this Request for Quote. It is solely the Contractor's responsibility to ensure proposals are received within the required time frame. Perform Quarterly Analysis of Methane Gas Wells Monitoring on Marine Corps Base Camp Lejeune, NC. Item 01: Base Year. Monitor 36 Methane Gas Wells, Quarterly Monitoring in accordance with the Statement of Work. 18 new landfills Piney Green Road NC Site 67-08, 15 old landfills Sneads Ferry Road NC site 67-03 and 3 buildings (982, 987 and S984). Marine Corps Base, Camp Lejeune, NC 28542. Period of Performance: 07 Oct 2014 to 06 Oct 2015 Quantity (01), Unit Price:___________, Extended Price:_____________ Item 02: Option Year (1) One. Monitor 36 Methane Gas Wells, Quarterly Monitoring in accordance with the Statement of Work. 18 new landfills Piney Green Road NC Site 67-08, 15 old landfills Sneads Ferry Road NC site 67-03 and 3 buildings (982, 987 and S984). Marine Corps Base, Camp Lejeune, NC 28542. Period of Performance: 07 Oct 2015 to 06 Oct 2016 Quantity (01), Unit Price:___________, Extended Price:_____________ Item 03: Option Year (2) Two. Monitor 36 Methane Gas Wells, Quarterly Monitoring in accordance with the Statement of Work. 18 new landfills Piney Green Road NC Site 67-08, 15 old landfills Sneads Ferry Road NC site 67-03 and 3 buildings (982, 987 and S984). Marine Corps Base, Camp Lejeune, NC 28542. Period of Performance: 07 Oct 2016 to 06 Oct 2017 Quantity (01), Unit Price:___________, Extended Price:_____________ Statement of Work (SOW) I. Introduction. Perform Quarterly Analysis of Methane Gas Wells Monitoring on Marine Corps Base Camp Lejeune, NC. II. Scope. The purpose of this project is to perform Quarterly Analysis of Methane Gas Monitoring and reports of this process. III. Technical Requirements : Methane Gas Monitoring The contractor shall provide monitoring services for 33 methane gas wells and 3 buildings aboard Camp Lejeune NC as defined in this Statement of Work (SOW). They shall, using a gas detection meter, collect lower explosive limit (LEL), hydrogen sulfide (H2S), carbon monoxide (CO), and oxygen (O2) readings in each of the wells and buildings according to NCDENR Section.1626 (4)(a). The instrument shall be calibrated before the monitoring of the 33 wells and 3 buildings. The government will not be responsible in any way for the Contractor's personal supplies, equipment, materials, or belongings brought into the buildings or on the grounds to perform services. This includes items lost or damaged by fire, theft, hurricane, accident or other disaster. Wells shall be monitored on a quarterly basis. Landfill POC: To be announced on Award Contractor shall provide services for the following locations; •1) The old landfill site on Sneads Ferry Road, NC site 67-03. This site has 15 Methane Gas Monitoring Wells around the boundary to be monitored. •2) The new lined landfill on Piney Green Road, NC site 67-08. This site has 18 Methane Gas Monitoring Wells around the boundary and 3 buildings (982, 978, S984) to be monitored. IV. Government Responsibilities. Ensure Base access to vendor. V. Contractor Responsibilities. Contractor will coordinate with Government Representative to ensure proper work order is submitted for each quarterly service. Perform all required services in a timely manner of the Contract. Contractor will be required to obtain base access. The contractor shall ensure that the concentration of methane gas generated by the facility does not exceed 25% of the lower explosive limit for methane in facility structures (excluding gas control or recovery system components). The contractor shall ensure that the concentration of methane gas does not exceed the lower explosive limit for methane at the facility property boundary. The contractor must contact the Landfill Manager to schedule what day service should be performed in order to pick up keys to each facility. The contractor shall provide the government/Landfill Manager with an inspection report on each well certifying that the requirements set by the above-mentioned regulation were met. Each well must have reported the condition of the well casing, well lock, well concrete slab, well bollards and grass mowing status. If the contractor determines that the frequency of monitoring be increased, the contractor shall recommend in writing to the government point of contact the appropriate frequency of monitoring and why. The frequency shall be determined by the soil conditions, the hydro geologic conditions surrounding the facility, the hydraulic conditions surrounding the facility, and the location of facility structures and property boundaries. VI. Special Requirements. Contractor must be a certified and provided all certifications. VII. Period of Performance. One (1) Base Year and Two (2) Option Years. Reports are to be sent by mail to: Address will be listed on Award NMCARS 5237.1 5237.102(90) Enterprise-wide Contractor Manpower Reporting Application The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the training via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-14-Q-0349/listing.html)
 
Place of Performance
Address: MCB Land Fill, Camp Lejeune, North Carolina, 28542, United States
Zip Code: 28542
 
Record
SN03534037-W 20140928/140927062419-a4698f546490448391a0a6753a8ce3bf (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.