Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

F -- Tule Lake NWR - Firing Range Lead Remediation

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00687
 
Response Due
6/7/2017
 
Archive Date
6/22/2017
 
Point of Contact
Ellyson, Nathan
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 00002: Due to an interface error, attachments aren't able to uploaded to FBO.gov. Please contact Nathan Ellyson at nathan_ellyson@fws.gov and these attachments will be e-mailed. Amendment 00001: The purpose of this amendment is to upload attachments. Attachments failed to transfer to FBO on intial posting. U.S. Fish and Wildlife Service, Portland, OR has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR 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. This posting will be referred to under Request for Quotation (RFQ) Number F17PS00687. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) #05-94, effective 19 January 2017. The North American Industrial Classification System (NAICS) number is 562910, Remediation Services-Environmental Remediation Services and the business size standard is 750 employees. This requirement is set-aside for small business. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. Award will be made to the offerer that provides the best value. The US Fish and Wildlife Service has a requirement for lead remediation services at the Tule Lake NWR. See Attachment #1 ¿ Statement of Work. Quotes shall be priced as follows: $____________ per CY of soil excavated and treated x 600 CY = ____________ Organization to be supported: U.S. Fish and Wildlife Service Tule Lake National Wildlife Refuge C/O Klamath Basin NWR Complex 4009 Hill Road Tulelake, CA 96134 The government intends to award this project to the offerer that provides the best value based on past experience and price. Along with pricing, offerer shall submit past experience not to exceed 5 pages that provides evidence of successful completion of project with similar magnitude. If more than 5 pages are submitted, only the first 5 pages will be considered. Please submit your quote on company letterhead with all pertinent point of contact information including SAM Cage Code, DUNS No., and business size/type. In addition, your quote should provide unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. Offers should be received by 3:00 pm Pacific Daylight Savings Time, 7 June 2017, at the U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, OR 97232. Quotes may be mailed or e-mailed to the attention of: Nathan_ellyson@fws.gov (email). In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in this RFQ. FAR 52.212-1, "Instructions to Offerors - Commercial", FAR 52.212-3 "Offeror Representations and Certifications - Commercial Items", and FAR 52.212-4 "Contract Terms and Conditions - Commercial Items" apply to this acquisition. No addenda have been attached. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items" applies to this acquisition along with the following clauses cited therein: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33 The following additional clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.232-39 Unenforceability of Unauthorized Obligation (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Nathan Ellyson via email: Nathan_Ellyson@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00687/listing.html)
 
Record
SN04514476-W 20170520/170519000401-ea08e9be2d0de42e67a0b7f2fe33a978 (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  © 1994-2020, Loren Data Corp.