Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1999 PSA#2289

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

99 -- PROVIDE 6,300 CUBIC YARDS OF CLAY MATERIAL FOR CAP MATERIAL. LOCATION OF DELIVERY WILL BE THE CHICORA TANK FARM LOCATED ON CHICORA AVENUE IN NORTH CHARLESTON, SC. SOL N62678-99-R-0121 DUE 032399 POC John Martin (757) 396-5041 ext 451 FAX (757) 396-7176 This is a combination 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-0121 and incorporates provisons and clauses effective through Federal Acquisition Circular 97-03. This acquisition is a Small Business Set Aside. The Standard Industrial Classification (SIC) is 8744. The Small Business Size Standard is 500 employees. Contract Line Item Number (CLIN) 0001: Description: Clay Material, Quanity 6,300 Cubic Yards. Statement of Work: 1. The contractor shall provide, haul in and dump in areas designated by the Government, approximately 6,300 cubic yards of Clay Material. 2. Clay Material shall meet the following standards: CLCHMH and applicable standards for soil classification in accordance with ASTM D2487. Permeability of at least 8.0 E-7 cm/sec. Clay required to pass a modified proctor dry density test (ASTM -D1557) and hydraulic conductivity test (ASTM D5084). Prior to delivery of the Clay, the Government will verify the Clay Material. 3. On or about April 5, 1999 the Government will test the Clay Material. The Delivery of the Clay Material will be required in five (5) lots of approximately 1,260 cubic yards. The first delivery will be required on or about April 12, 1999. When notified by the Government each lot shall be delivered over a four (4) day period. The Government will work from 7:00 AM to 7:30 PM seven days a week. Once a delivery of a Lot is started, deliveries shall continue until the entire Lot has completed, regardless of the day of week. The completion of delivery of all Clay Material will be approximately four (4) months from award of contract. 5. The contractor shall conform to all federal, state and local laws and regulations regarding transportation of materials. 6. The contractor shall have the capability to provide 1,260 cubic yards of Clay Material in a Four (4) day period. If the Government experiences delays caused by the contractor failing to provide 1,260 cubic yards of Clay Material in a four (4) day period, then the contractor shall pay to the Government, the sum of $800 per day for each day after the Lot was to be completed. 7. Delays, or demurrage charges, of less than 1 hour caused by the contractor having to wait on the Government for unloading or other purposes will not be compensable. 8. The contractor shall provide copies of load receipts. Receipts will contain at a minimum the following information: date, time, truck number and load amounts (cubic yards). 9. The quantity of Clay Material of 6,300 cubic yards is based on an engineering estimate. The Charleston Detachment of SUPSHIP, Portsmouth, in conjunction with controlling reulatory bodies will determine the actual quantity of Clay material that needs to be provided. Once the extent of Clay Material required to actually be provided is determined, the Contracting Officer shall notify the Contractor. If the actual quantity of Clay Material delivered is more or less than 6,300 cubic yards, then the Contracting Officer will make an equitable adjustment in the total contract price to reflect increased or decreased quantities actually required to be provided. The equitable adjustment shall be based on the fixed unit (per cubic yard) price offered by the contractor in Section B of the contract. 10. 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 minimum amounts shown: 10.1 Comprehensive General Liability: $500,000 per person and $1,000,000 per accident for bodily injury. 10.2 Automobile Insurance: $500,000 per person and $1,000,000 per accident for bodily injury and $100,000 per accident for property damage. 10.3 Standard Workman's Compensation and Employer's Liability Insurance in the minimum amount of $100,000. The following clauses/provisions from the FAR are incorporated by reference: 52.212-1 Instructions to Offerors -- Commercial; 52.212-2 Evaluation -- Commercial 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). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, AUG 1996. In addition, anyone responding to this solicitation must provide with their response a completed copy of the 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Note: FAR test is available through the World Wide Web at: http://www.arnet.gov/gov/far/). The closing date for receipt of proposals is March 23, 1999 at 2:00 PM. Mail proposals to: Supervisor of Shipbuilding C&R, USN, P.O. Box 215, NNSY -- Bldg. 15, 2nd Floor, Code 420JM, Portsmouth, VA 23705-0215. NO FAX PROPOSALS WILL BE ACCEPTED. Posted 02/22/99 (W-SN300962). (0053)

Loren Data Corp. http://www.ld.com (SYN# 0368 19990224\99-0002.SOL)


99 - Miscellaneous Index Page