Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2004 FBO #0780
SOLICITATION NOTICE

99 -- Asbestos Abatement at Fort McCoy, WI 54656.

Notice Date
1/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA-T-005
 
Response Due
1/28/2004
 
Archive Date
3/28/2004
 
Point of Contact
Marilyn Revels, 608-388-5601
 
E-Mail Address
Email your questions to ACA, Fort McCoy
(marilyn.revels@emh2.mccoy.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 is a COMBINED SYNOPSIS/SOLICITATION for a Blanket Purchase Agreement (BPA) for asbestos removal and disposal services. Contractor shall provide all material, labor, equipment, tools, transportation, and supervision required to remove and dispose of A sbestos Containing Materials (ACM) from wood framed buildings located at Fort McCoy, WI. The agreement for ACM (non-friable) (i.e. floor tile, mastic, cementious siding, trancite, etc.) from buildings will run for a period of three years, with the antici pated start date of 9 Feb 2004, and run through 8 Feb 2006. The Government reserves the right to award multiple Blanket Purchase Agreements (BPA??????s) for this service. Calls placed against multiple BPA??????s will be rotated between BPA contractors. Also see clause 52.212-2, Evaluation Commercial Items (June 2 003) used for evaluation criteria. This combined synopsis/solicitation is prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the O NLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under W911SA-04-T-0005. This request for quotations and incorporated provisions and clauses are thos e in effect through Federal Acquisition Circular 2001-18. This action is set aside for small business; the NAICS code and applicable size standard is 562910 and $12 Mil. Evaluation criteria: The RFQ includes the CI evaluation provision (52.212-2) which provides that award will be made to the responsible contractor whose quote is most advantageous to the Government, price and other factors considered. The significant evalu ation factors are i) price and ii) past performance. The provision expresses that past performance is equal to price. Interested parties can request a copy of the scope of work and line items to quote on, from Marilyn Revels by E-Mail at: marilyn.revels@emh2.mccoy.army.mil. Any requests for the attachment containing the line items shall be accompanied by an email address to which the attachment will be forwarded. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.hill.af.mil/. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), 52.212-2 Evaluation Criteria and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies (no addenda). FAR 52.212-5, Con tract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Total Small Business Set-Aside; 52.222-19, Child Labor, Cooperation with Authorities an d Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-3 Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Equal Offortunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietname Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-36, Payment by third party; 52.237.2, P rotection of Government Buildings, Equipment and Vegetation. This is a service contract, therefore clause 52.222-41, Service Contract Act of 1965, as amended, 52.222-42, statement of E qivalent Rates for Federal Hires, 52.222-43, Fair Labor Standards Act and Service Contract Act??????Price adjustment(Multiple Year and Option Contracts). 52.000-4057 PAYMENT BY GOVERNMENT COMMERCIAL CREDIT CARD (a) The Government Commercial Credit Card means the uniquely numbered credit card issued by the contractor, currently US Bank, to named individual government employees to pay for official government purchases. (b) The government may use the credit card to pay for oral or written delivery orders. ??????Oral delivery order?????? means an order placed orally either in person or telephone, which is paid for by Government Commercial Credit Card. The Government ma y also use the credit card to pay for written or oral contracts/purchase orders. (c) The contractor, to whom this contract is awarded, shall NOT process a transaction for payment through the credit card clearinghouse until the purchased supplies have been shipped or services performed. Unless the cardholder requests correction or re placement of a defective or faulty item in accordance with other contract requirements, the contractor shall immediately credit a cardholder??????s account for items returned as defective or faulty. (d) The contractor shall NOT process a transaction for payment thru the credit card clearinghouse until notified by the Contracting Officer at which time the card number provided shall ONLY be used for that particular transaction and shall NOT be used fo r any future transactions. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies, with the following applicable clauses in paragraph (b): 252.225-7001, Buy American A ct and Balance of Payments Program; 252.247-7023 Alt III, Transportation of Supplies by Sea;. Also included are the following DFARS Provisions and Clauses: 252.225-7000, Buy American Act and 252.225-7002, Qualifying Country Sources as Subcontractors. In a ccordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. 52.000-4053 adds the Wage determination clause: to access this website go to http://ceals.usace. army.mil, the wage determination number is 94-2172. Note: payment for work performed under this agreement will be made by Government Commercial Credit Card (VISA) in accordance with Clause 52.000-4057. Contractor will be responsible for all transaction costs associated with payment by credit card. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror??????s complete mailing and remittan ce addresses; discount terms; unit prices, extended total price;, DUNS number, and COMPLETED FAR 52.212-3 Alt I and DFARS 252.212-7000. 52.000-4047 INFORMATION REQUIRED FOR EVALUATION This clause supplements clauses, 52.212-1 and 52.212-2 which are included elsewhere in this request for quotes. Interested vendors must submit the following with their quote. Quotes, which do not contain this information, may be determined unacceptable, or may be judged as not representing the best overall value to the Government. 1. Completed SF 1449 or acceptable alternative. Prices quoted will be evaluated for completeness, reasonableness, and realism. Realism will be used to identify quotes which are unusually low and which therefore indicate a potential misunderstanding of th e solicitation??????s requirements, or which increase the risk of unsuccessful contract performance. 2. Completed representations and certifications. 3. Corporate Certificate (if a corporation) and SF 129 (bidders mailing list application, if desired). 4. Technical Capabilities ?????? Information which evidences the vendors technical capability to provi de quality performance under this contract. Vendors are not expected to put together elaborate proposals. Information that a vendor already has on hand may be sufficient (company brochure, resumes, etc.). Vendors only need to provide sufficient informat ion to allow the Government to Judge the quality of the vendor??????s capability to perform this contract. As a minimum the information provided should cover: 5. Past Performance ?????? Information which evidences the level of quality in which the vendor has performed prior similar contracts. Based on the quotes received, the Government may contact some, all, or none of the references provided. A vendor??????s level of past performance may be evaluated solely on the information provided by that vendor. Therefore vendors are advised to submit no less than the following information for three similar (scope and work) contracts performed in the past three years: a. Organization who the contract was with and point of contact (name and telephone number). If a Federal government contract, provide contact number and type of contract. b. Dollar value of the contract. c. Period of performance (beginning and ending dates). d. Description of the work performed under the contract. e. Statement concerning how your work under the prior contract is similar to that required under this contract. f. Clear statements concerning your performance under the prior contract. Did you successfully provide quality performance? How satisfied was the customer with your performance? Did you encounter any problems in performing the contract and if so how were they resolved? Was the contract price changed and if so for what reason? Quotes must be received at ACA, DIRECTORATE OF CONTRACTING, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153 NO LATER THAN 1630 HRS (CST) 28 January 2003. Person to contact for additional information regarding the RFQ is Marilyn Revels, Contract Specialist, (60 8)388-5601, fax (608)388-7080, marilyn.revels@emh2.mccoy.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00503774-W 20040116/040114212152 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.