SOLICITATION NOTICE
F -- F--SLUDGE REMOVAL
- Notice Date
- 6/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Maryland Health Care System, 10 North Greene Street, Baltimore, Maryland 21201
- ZIP Code
- 21201
- Solicitation Number
- 512(P)-27-02
- Response Due
- 6/17/2002
- Archive Date
- 7/17/2002
- Point of Contact
- Point of Contact - Carol Pomraning, Contract Specialist, (410) 642-1043, Contracting Officer - Carol Pomraning, Contract Specialist, (410) 642-1043
- E-Mail Address
-
Email your questions to Carol Pomraning
(carol.pomraning@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is being issued as a Request for Quote (RFQ), solicitation no. is 512(P)-27-02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The NAICS code is 562219 and the size standard is $6.0 mil. This requirement is available for ?Full and Open? competition. Small businesses are encouraged to submit an offer. Period of Performance is from date of award for a period of one year, plus three one-year options. Contractor is to remove approximately 80,000 gallons of sludge (40,000 gallons each from two 20? x 60? settling basins). Contractor is to remove sludge, transport and land apply for beneficial use. (Includes all costs in sampling and obtaining a discharge permit.) Contractor is responsible for adhering to all State and Federal Regulations. Basins are located in Building 22, Water Filtration Plant, Perry Point, MD 21902. It is estimated that these basins will need to be cleaned three or four times per year on an as-needed basis. It is proposed that one basin per day be cleaned so as not to interfere with normal plant operations. The first cleaning must be done as soon as possible after award. Contractor is to state how soon the ?first job? can be performed. Others will be scheduled every three or four months as necessary. Wage Determination No. 1994-2097, Revision No. 15 dated July 12, 2001 applies. Site visits can be scheduled during the week of June 10th to 14th only by contacting Carol L. Pomraning, Contracting Officer, at (410) 642-1043. Sludge pickup, transport, and dispose: Line item no. 1, Base Year: Three (3) pickups per year, $______________each, total per year $________________; extra pickup (if required) $___________. Line item no. 2, Option Year One: Three (3) pickups per year, $_____________ each, total per year $______________; extra pickup (if required) $_______________. Line item no. 3, Option Year Two: Three (3) pickups per year, $_____________ each, total per year $______________; extra pickup (if required) $_______________. Line item no. 4, Option Year Three: Three (3) pickups per year, $_____________ each, total per year $______________; extra pickup (if required) $_______________. The Offeror is required to provide past performance information on same or similar services for two of their most recent contracts. Include the following information: Company name, contact name, telephone number, and service provided. The Government reserves the right to make award on the initial offer received without discussions. The provision at FAR 52.212-1, Instructions to Offerors-Commercial (OCT 2000) is incorporated by reference and applies to this acquisition. ***NOTE***Offerors are strongly encouraged to use the Standard Form 1449 as the first page of their quote and completely provide the requested data for all blocks. If you chose NOT to use the SF 1449, you are cautioned to complete and provide with your written quote all the data requested by FAR 52.212-1. Failure to do so may render your quote as non-responsive and may eliminate you from consideration for award. The provision FAR 52.212-2, Evaluations?Commercial Items (JAN 1999) applies to this acquisition with all offers being evaluated against the following factors: (1) Technical Capability, (2) Past Performance, and (3) Price. Offerors must provide a narrative paper to illustrate technical and past performance capability. Technical and past performance when combined are rated four times higher than price (80% vs 20%) . Award will NOT necessarily be made to the lowest quote or to the offeror with the best technical/past performance rating. Award will be made to the offeror who provides the best value to the Government. Additionally, each offeror shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (APR 2002); include VAAR clause 852.219-1, Veteran-owned Small Business (DEC 1990). The clause at FAR 52.212-4, Contract Terms and Conditions (FEB 2002) is incorporated by reference and applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2001) is incorporated by reference, however, for paragraph (b) only the following additional FAR clauses cited in this clause are checked and applicable: numbers (1), (3), (5), (11), (12), (13), (14), (15), (25) and (c)(1). Offerors shall submit signed and dated offers on SF 1449 or company letterhead to VA Maryland Health Care System, Attn: Carol L. Pomraning, Contract Specialist, P.O. Box 1000, Perry Point, MD 21902. Offers must be received no later than June 17, 2002, at 3 pm, EST.
- Web Link
-
RFQ 512(P)-27-02
(http://www.bos.oamm.va.gov/solicitation?number=512(P)-27-02)
- Record
- SN00086932-W 20020605/020603213116 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |