Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2016 FBO #5399
SOLICITATION NOTICE

99 -- Plum Island Remediation Services - Package #1

Notice Date
9/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Plum Island Animal Disease Center, 40550 Route 25, Orient Point, New York, 11957-1130, United States
 
ZIP Code
11957-1130
 
Solicitation Number
HSHQPD-16-Q-00013
 
Point of Contact
Kimberly O'Neill, Phone: 6313233346
 
E-Mail Address
kimberly.oneill@st.dhs.gov
(kimberly.oneill@st.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5: Visitor Authorization & Control Attachment 4: Cost/Bid Table Attachment 3: Fuel Remediation Forms Attachment 2: Statement of Work, v 1, 08.02.2016 Attachment 1: Addenda (Clauses) Combined Synopsis/Solicitation IAW FAR 12.603(c)(2) (i) 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. The United States Department of Homeland Security (US DHS) has a requirement and requesting firm fixed price type quotations for the supply and delivery of remediation services for the Plum Island Animal Disease Center (PIADC) in New York. (ii) The solicitation number is HSHQPD-16-Q-00013 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. (iv) This requirement is set-aside for small business. NAICS Code: 562910, Remediation Services Small Business Size Standard: 750 Employees (v) List of contract line item number(s) and items, quantities and units of measure: Contract Line Item (CLIN)s: Delivery will be coordinated with the Contracting Officer's Representative (COR), Tom Dwyer, or designee. CLIN Structure CLINDESCRIPTION 00001Base Period: Oil Spill Removal Organization Services in accordance with Statement of Objective, 2.2 Petroleum Remediation Project 00002Base Period: Subsurface Petroleum Remediation in accordance with Statement of Objective, 2.1 Oil Spill Removal Organization Services 00003Base Period: Miscellaneous Parts & Equipment 10001Option Period One (OY1): Oil Spill Removal Organization Services in accordance with Statement of Objective, 2.2 Petroleum Remediation Project 10002Option Period One (OY1): Subsurface Petroleum Remediation in accordance with Statement of Objective, 2.1 Oil Spill Removal Organization Services 10003Option Period One (OY1): Miscellaneous Parts & Equipment 20001Option Period Two (OY2): Oil Spill Removal Organization Services in accordance with Statement of Objective, 2.2 Petroleum Remediation Project 20002Option Period Two (OY2): Subsurface Petroleum Remediation in accordance with Statement of Objective, 2.1 Oil Spill Removal Organization Services 20003Option Period Two (OY2): Miscellaneous Parts & Equipment 30001Option Period Three (OY3): Oil Spill Removal Organization Services in accordance with Statement of Objective, 2.2 Petroleum Remediation Project 30002Option Period Three (OY3): Subsurface Petroleum Remediation in accordance with Statement of Objective, 2.1 Oil Spill Removal Organization Services 30003Option Period Three (OY3): Miscellaneous Parts & Equipment 40001Option Period Four (OY4): Oil Spill Removal Organization Services in accordance with Statement of Objective, 2.2 Petroleum Remediation Project 40002Option Period Four (OY4): Subsurface Petroleum Remediation in accordance with Statement of Objective, 2.1 Oil Spill Removal Organization Services 40003Option Period Four (OY4): Miscellaneous Parts & Equipment ESTIMATED DELIVERY SCHEDULE Summary and Schedule of Deliverables See Attachment 2: SOW (vi) Description of requirements for the items to be acquired: See Attachment 2: Statement of Work (SOW), v1, August 3, 2016 (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Applicable deliveries shall be F.O.B. Destination to: Dept. of Homeland Security Plum Island Animal Disease Center Plum Island Warehouse 40550 Route 25 Orient Point, NY 11957 Attn: Tom Dwyer (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The resultant purchase order will be awarded based on Lowest Price Technically Acceptable (LPTA) using simplified acquisition procedures in accordance with FAR 13.5. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) No other additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) have been determined to be necessary for this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating is None. (xiv) The date, time and place offers are due. All responsible sources may submit a quotation to kimberly.oneill@st.dhs.gov, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration/System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Monday, September 12, 2016 at 11:00 a.m., Eastern Standard Time. No exceptions. Late offers will not be considered. Quotes must be submitted electronically to kimberly.oneill@st.dhs.gov (only) (xv) The name and telephone number of the individual to contact for information regarding the solicitation. Primary Point of Contact: Kimberly O'Neill kimberly.oneill@st.dhs.gov Attachments Include: Attachment 1: Addenda (Clauses) Attachment 2: Statement of Work, v 1, August 02, 2016 Attachment 3: Fuel Remediation Forms Attachment 4: Cost Bid Table (Fill-in) Attachment 5: Visitor Authorization Control Policy
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/PIADC/ HSHQPD-16-Q-00013 /listing.html)
 
Place of Performance
Address: Dept. of Homeland Security, Plum Island Animal Disease Center, 40550 Route 25, Orient Point, New York, 11957, United States
Zip Code: 11957
 
Record
SN04254176-W 20160904/160902235212-2ededb0fa86318eda1c50cad289673be (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.