Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1999 PSA#2261

Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth, VA, 23705-0215

P -- PROVIDE SERVICES TO TRANSPORT AND DISPOSE OF APPROXIMATELY 200 TONS OF SOIL CONTAMINATED WITH SOL N62678-99-R-0087 DUE 021199 POC John Martin (757) 396-5041 ext 451 FAX (757) 396-7176 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. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. This announcement/solicitation is issued as N62678-99-R-0087 and incorporates provisions and clauses effective through Federal Acquisition Circular 97-03. This acquisition is a Small Business Set Aside and the Standard Industrial Classification (SIC) is 8744. The Small Business Size is 500 employees. Contract Line Item (CLIN) 0001: Unit of Issue = Tons, Quantity = 200 Tons. Description: 1. The contractor shall haul away and dispose of 200 tons of soil contaminated with "F 003" listed waste. 1.1 The soil will be removed from the ground by the Government from the South Atlanta Division Laboratory, Dobbins AFB, Marietta, GA. 1.2 When designated by the Government, the contractor shall provide at the designated site appropriate haul trucks, covered and contained, to be filled by the Government. The contractor shall then haul the soil away. 1.3 Soil shall be disposed of in a treatment facility of the contractor's choice. The facility must be licensed for all applicable state, federal and local requirements. 1.4 A Certification of Disposal, Treatment and/or Recycling will be required from the treatment facility. 1.5 The contractor shall provide all permits, fees, placards, labels and manifest for proper disposal as required by local, state and federal regulations. 2. Scheduling: Work on this contract shall commence on or about February 23, 1999. The total time estimated to complete all removal of contaminated soil is (1) day. 2.1 The Government will work from 7:00 AM to 7:30 PM Monday through Friday. The contractor will be required to work the same schedule. 2.2 The contractor shall conform to all federal, state and local laws and regulations regarding transportation of materials. 2.3 The contractor shall have the capabiltiy to remove a minium of 200 tons of soil per day. If the Government experiences delays in loading contractor trucks, and if such delays are caused by the contractor failing to provide the capability to remove 200 tons of soil per day, then the contractor shall pay to the Government, the sum of $476.00 per hour delay beyond the initial hour of delay for each day. 2.4 Delays, or demurrage charges, of less than 1 hour caused by the contractor having to wait on the Government for loading or other purposed will not be compensable. Any delay over 1 hour must be documented in order to be compensable. 3. The contractor shall provide copies of weight receipts for each load. Receipts will contain at a minium the following information: date, time, truck number and scale weights. 4. The contractor's representative shall ensure proper loading of the trucks, therefore any load fines shall be the contractor's responsibility. 5. The quantity of contaminated soil of 200 tons is based on an engineering estimate. The Charleston Detachment of SUPSHIP, Portsmouth in conjunction with controlling requlatory bodies will determine the actual quantity of contaminated soil that needs to removed. Once the extent of contaminated soil required to actually be removed is determined, the Contracting Officer shall notifiy the Contractor. If the actual quantity removed is more or less than 200 tons, then the Contracting Officer will make an equitable adjustment in the total contract price to reflect increase or decreased quantites actually required to be removed. The equitable adjustment shall be based on the fixed unit (per ton) price offered by the contractor. 6. The following types of insurance are required in accordance with the clause entitled "Insurance -- Work on a Government Installation" (FAR 52.228-5) and shall be maintained in the minium amounts shown: 6.1 Comprehensive General Liability: $500,000 per person and $100,000 per accident for bodily injury. 6.2 Automobile Insurance: $500,000 per person for bodilyinjury. 6.2 Automobile: $500,000 per person and $1,000,000 per accident for property damage. 6.3 Standard Workmen's Compensation and Employer's Liability Insurance in the amount of $100,000. The following clauses/provisions from the FAR are incorporated by reference: 52.212-1 Instructions to Offerors-Commerical; 52.212-2 Evaluation-Commerical Items, The Government will award to the responsible offeror whose offer conforming to the solicitation will be the lowest total price to the Government. 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 paragraph (a), (b) (6) (7) (8) (9) and (c) (1). In addition, anyone responding to the 52.212-3 Offeror Rerpresentations and Certifications -- Commercial Items. (Note: FAR text is available through the World Wide Web at http://www.arnet.gov/far/) The closing date for receipt of proposals is February 11, 1999 at 2:00 PM Eastern time. Mail proposals to: Supervisor of Shipbuilding C&R, USN, P.O. Box 215, NNSY-Building 15, 2nd Floor, Code 420JM, Portsmouth, VA 23705-0215. For more information reguarding this solicitaion contact John Martin (757) 396-5041 ext 451. Posted 01/11/99 (W-SN286859). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0056 19990113\P-0001.SOL)


P - Salvage Services Index Page