Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

Western Regional Contracting Office, 9902 Lincoln Street, Madigan Army Medical Ctr Annex, Tacoma WA 98431-5000

S -- REMOVE ALGAE AND SEDIMENT FROM COOLING WATER POND AREAS, MAMC SOL DADA13-00-Q-0001 DUE 081100 POC Kathleen Benjamin, 253-968-4914, Contract Specialist WEB: Click here to view SOW/Drawings, http://hcaa.medcom.amedd.army.mil/wrco/wrcohome.htm. E-MAIL: Click here to contact Contract Specialist, kathleen.benjamin@nw.amedd.army.mil. This is a combined synopsis/solicitation for commercial items prepared iaw 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. Solicitation Number DADA13-00-Q-0001 applies and is issued as a Request for Quote. Solicitation Line Item is as follows: Remove Algae and Sediment from Cooling Water Pond Areas, MAMC, Tacoma WA, 1 JB. The solicitation doc. and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The solicitation is issued as a total small business set-aside with a SIC Code of 7389 and a size standard of $5.0 million. A site visit is scheduled for Tuesday, 08 August 2000, approx. 1000 hrs. Please contact Kathleen Benjamin at kathleen.benjamin@nw.amedd.army.mil if interested in attending the conference. The statement of work for this requirement can be downloaded at the following URL, http://www.mamc.amedd.army.mil/wrco/wrcohome.htm. FAR 52.212-1, Instructions to Offerors Commercial Items and 52.212-2, Evaluations Commercial Items, apply to this acquisition. The following factors are included in 52.212(a) and will used to evaluate offers: Technical Capability, Past Performance, Delivery Schedule and Price. Technical Capability and Past Performance and Delivery Schedule, when combined are significantly more important than price. Offerors shall submit a statement of their technical capability as it relates to the requirements set forth in the Performance Work Statement; a minimum of 2 references with whom past performance can be verified to include points of contact, telephone numbers and total contract price. Offerors shall also submit with their proposal the plan of approach for accomplishing the work, addressing site concerns (e.g. damage to the pond liner, disposal, etc.) as well as a time line for completion. Job is time sensitive and needs to be accomplished no later than the second week in September. Job is expected to take no longer than two weeks. Offerors shall submit as part of their proposal, completed copies of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and includes the following addenda: FAR 52.222-41, Service Contract Act of 1965, as amended and FAR 52.222-42, Statement of Equivalent Rates for Federal Hire (4 each, WG-06 -- $18.00/hr and 1 on-site superintendent, WG-08 -- $20/hr). Wage Determination No. 94-2567 REV 15 or any subsequent revision thereto applies and is hereby incorporated as part of this solicitation and any resulting award. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I; 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; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFARS 252.204-7004, Required Central Contractor Registration apply to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil/. Offers in response to this combined synopsis/solicitation are due no later than 11 August 00, 4:00 PM, Pacific Time. For further information regarding this acquisition, please contact Kathleen Benjamin at 253-968-4914 or email kathleen.benjamin@nw.amedd.army.mil. Offerors are requested to submit proposals via e-mail, however, facsimile copies are acceptable at 253-968-4922. Hard copies should be sent to Western Regional Contracting Office, 9902 Lincoln Street, Madigan Army Medical Center, Tacoma WA 98431. Posted 08/02/00 (W-SN481069). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0172 20000804\S-0010.SOL)

S - Utilities and Housekeeping Services Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com