Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOLICITATION NOTICE

F -- Underground Storage Tank Inspection

Notice Date
4/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2015 N. 4th St, JBLM, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W912P7-18-Q-0200
 
Response Due
4/23/2018
 
Archive Date
10/20/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W912P7-18-Q-0200 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-04-23 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001: Inspection of gas station underground storage tanks at 140 facilities on the island of O'ahu, Hawaii in accordance with the attached performance work statement (PWS). This requirement supplements the Hawaii Department of Health inspectors so coordination with that office and the EPA is required. All inspections shall be conducted in accordance with local and state law., 140, EA; LI 002: Contractor Management Reporting (CMR). The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for Department of the Army via a secure data collection site. The contractor is required to complete all required data fields using the following web address: http://www.ecmra.mil/, and then click on Department of the Army CMRA or the icon of the DoD organization that is receiving or benefitting from the contracted services. 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 fiscal year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (541380 Testing Laboratories) with an applicable small business size standard of ($15 Mil). The Contracting Officer (KO) is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. Quotes MUST be valid for 30 days after Request for Quote/solicitation s closing date. Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions for quotes utilizing FedBid. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. 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. Prospective contractors shall have a neutral or positive past performance record to be considered. The following factors shall be used to evaluate offers: (i) Past Performance to include technical capability of firm to perform service IAW FAR 9-104; and (ii) Price. (i) is significantly more important than (ii). Quotes for each CLIN shall demonstrate Contractor's understanding of task and detail their approach. To that end, quotes that are a copy/paste duplicate of the solicitation will be considered non-responsive and will not be evaluated. Each quoter is required to submit at least two past performance dossiers that document satisfactory performance on a similar project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ecaee35001dbefcb6bf93d8a2fb0a9d6)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04885957-W 20180413/180411230913-ecaee35001dbefcb6bf93d8a2fb0a9d6 (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.