Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1999 PSA#2501

Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad Ave, Boulder City, NV 89005-2422

S -- PUMP AND TRANSPORT WASTEWATER/SLUDGE FROM 2 HOOVER DAM EVAPORATION PONDS AND EMPTY INTO THE BOULDER CITY SEWAGE TREATMENT PONDS. SOL 00SQ307370 DUE 010300 POC Deborah M. Marcus, Contract Specialist, (702)293-8514 or fax (702)293-8050. WEB: Bureau of Reclamation's Contracting site, http://www.lc.usbr.gov/~g3100/svc7370.html. E-MAIL: demarcus@lc.usbr.gov, demarcus@lc.usbr.gov. This is a combined synopsis/solicitation for commercial services, non-personal, 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; quotations are being requested and a written solicitation will not be issued. Solicitation number 00SQ307370 is hereby issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. The Standard Industrial Classification (SIC) code is 4212 and the small business size standard is $6 million. Simplified Acquisition procedures will be used for this acquisition. This acquisition is unrestricted. All responsible sources may submit a quotation which will be considered by the Government. DESCRIPTION OF THE WORK. Pump and transport wastewater/sludge from the 2 Hoover Dam evaporation ponds to the Boulder City sewage treatment ponds. The Hoover Dam evaporation ponds are located approximately 1 mile from Hoover Dam in Mohave County, Arizona. The Boulder City Sewage treatment ponds are located off of Buchanan Boulevard in Boulder City, Clark County, Nevada. The Contractor shall supply all labor, equipment, travel, vehicles, materials, transportation, supervision, documentation, and supplies to pump excess wastewater/sludge from the evaporation ponds at Hoover Dam and transport to the Boulder City sewage treatment ponds. All the wastewater/sludge will be pumped into the Boulder City sewage treatment ponds. The trucks used in the performance of the contract shall be capable of pumping from the Hoover Dam evaporation ponds and emptying into the Boulder City sewage treatment ponds without assistance from either the Bureau of Reclamation or the City of Boulder City. The capacity of the two evaporation ponds at Hoover Dam is approximately 450,000 gallons each. Phase 1: Approximately 400,000 gallons need to be pumped, transported, and emptied into the Boulder City sewage treatment ponds by February 15, 2000. Award is anticipated no later than January 6, 2000. The Boulder City sewage treatment ponds are open Monday through Thursday from 7 a.m. to 4 p.m. and on Friday morning from 7 a.m. to 10 a.m. OPTIONS 1 THROUGH 4. The Government may exercise Options 1 to 4 of the following options. The period of performance for Options 1 through 4 shall be from February 16, 2000 through June 30, 2000. Requirements for Options 1 through 4: The Contractor shall begin work within 24 hours to 48 hours after notification that an option is to be exercised and shall complete all work within 15 calendar days after commencement. Option 1: Pump, transport, and empty 150,000 gallons of wastewater/sludge from the Hoover Dam evaporation ponds into the Boulder City sewage treatment ponds. Option 2: Pump, transport, and empty 150,000 gallons of wastewater/sludge from the Hoover Dam evaporation ponds into the Boulder City sewage treatment ponds. Option 3: Pump, transport, and empty 150,000 gallons of wastewater/sludge from the Hoover Dam evaporation ponds into the Boulder City sewage treatment ponds. Option 4: Pump, transport, and empty 150,00 gallons of wastewater/sludge from the Hoover Dam evaporation ponds into the Boulder City sewage treatment ponds. Requirements for Phase 1 and Options 1, 2, 3, and 4: It is recommended that the work be performed in the early morning hours of each day. Heavy traffic and other conditions may cause delays of up to 1 hour each way at the Hoover Dam evaporation ponds. The Contractor shall submit a work plan for accomplishing the work in the required time frame to the Contracting Officer's Representative (COR) for approval. Prior to commencing work on the contract, the Contractor shall meet with the designated representatives from the City of Boulder City and the Bureau of Reclamation to establish arrangements for the work. The wastewater/sludge from the Hoover Dam evaporation ponds has been analyzed and is classified as sanitary sewerage. A record for each trip, listing the date and time of the trip and the number of gallons of wastewater/sludge collected, shall be provided to the Manager for Water and Wastewater operations weekly. The Contractor shall meter all the wastewater/sludge collected from the Hoover Dam evaporation ponds. A certified invoice shall be submitted monthly to the designated invoice address. The Contractor must possess all the licenses and certifications required to transport and pump this type of waste and will furnish copies to the Contracting Officer. Award will be made to the RESPONSIBLE quoter submitting the LOWEST responsive quotation. Quotes will be evaluated on the prices for Phase1 and all options. The quoter may offer varying prices for the options. Item 001, price per gallon, provide the price per gallon for the work for Phase 1. PLEASE NOTE: the price per gallon shall reflect all costs for the work, including labor, travel, equipment, vehicles, supervision, materials, supplies, and documentation for Phase 1. Option 1, price per gallon, provide the price per gallon for the work for Option 1. Option 2, price per gallon, provide the price per gallon for the work for Option 2. Option 3, price per gallon, provide the price per gallon for the work for Option 3. Option 4, price per gallon, provide the price per gallon for the work for Option 4. PLEASE NOTE: the price per gallon shall reflect all costs for the work for EACH individual option, including labor, travel, equipment, vehicles, supervision, materials, supplies, and documentation. To view the work site, please contact Mr. Bill Sharp at (702)293-8378. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (offerors shall provide a completed copy of this provision at 52.212-3 with their quotation); FAR 54.212-4, Contract Terms and Conditions Commercial Items with the following clause incorporated by addendum: FAR 52.247-34 F.O.B. Destination; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable FAR clauses for paragraph (b): 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-9 Buy American Act Trade Agreements Act Balance of Payments Program; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration; for paragraph (c) 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; and 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. FAR 52.217-5 Evaluation of Options and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation are incorporated by reference. U.S. Department of Labor Wage Determination No. 94-2331, Revision No. 13, Dated 7/23/1999 is incorporated into this quotation and the resulting contract. Wage Determination No. 94-2331 can be accessed at this Bureau of Reclamation site: http://www.lc.usbr.gov/~g3100/svc7370.html or contact the Contracting Officer at (702)293-8514 (telephone) or fax (702)293-8050 to request a copy of this wage determination. The Contractor must have standard commercial liability insurance and will furnish copies to the Contracting Officer prior to commencing work. Offerors shall submit quotes by fax to (702)293-8050 or by mail to the Bureau of Reclamation, P.O. Box 61470, Attn: LC-3131, Boulder City, NV 89006-1470 or to the street address: Bureau of Reclamation, 400 Railroad Avenue, Attn: LC-3131, Boulder City, NV 89005 (Federal Express, etc.). Oral quotes will not be accepted. Quotations are due by COB January 3, 2000. Quoters will furnish recent references for similar work with their quote. Each reference must contain a point of contact, the applicable telephone number, and the job or reference number of the project. The Contracting Officer reserves the right to request additional information needed to make an affirmative determination of responsibility. (Reference FAR 9.104 and FAR 9.105). Upon request, this office will provide the full text of the FAR and Reclamation provisions and clauses listed herein. The full text of a FAR provision or clause my be accessed electronically at this address: http://www.arnet.gov/far/ Contractors are encouraged to review the CBD from time to time to obtain the current information available such as amendments to this synopsis/solicitation. For questions relating to this Request for Quotation, please contact the Contracting Officer by telephone, (702)293-8514 or fax (702)293-8050 rather than by email. Posted 12/20/99 (W-SN410127). (0354)

Loren Data Corp. http://www.ld.com (SYN# 0070 19991222\S-0007.SOL)


S - Utilities and Housekeeping Services Index Page