SOLICITATION NOTICE
Z -- Water Media Removal and Replacement
- Notice Date
- 2/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Justice, Bureau of Prisons, FCI Fairton, 655 Fairton-Millville Road, Fairton, NJ, 08361
- ZIP Code
- 08361
- Solicitation Number
- RFQ20403-0017-05
- Response Due
- 3/4/2005
- Archive Date
- 6/4/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation #RFQ20403-0017-05. The North American Industrial Classification System Code (NAICS) is 221310. The size standard is $6.0 million. This is a 100% Small Business Set Aside. The Government intends to make a single award with firm fixed price. Award will be made to the responsive/responsible quoter who submits the most advantageous offer to the Government based on price and price related factors. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. STATEMENT OF WORK The Contractor will provide all equipment and labor required to replace and remove, transport, handle, process, and dispose of approximately 6,000 pounds of ion exchange resin, from the water treatment plant located at the Federal Correctional Institution, Fairton, New Jersey. Payment will be based on the contract per pound price. The contractor will replace the used ion media with new - Rohm and Haas SF 120 resin - to the specifications of Federal Correctional Institution?s water treatment plant. The contractor is responsible for determining the dose rate and contaminants of the ion resin waste. The contractor will be an approved licensed transporter of low radioactive resin by the New Jersey Department of Environmental Protection. In order for a quotation to be evaluated, the contractor must submit a copy of their New Jersey Department of Environmental Protection license designating them as an approved low radioactive transporter for the State of New Jersey. The ion resin waste will be transported to a TSD facility approved by the New Jersey State Department of Environmental Protection. The contractor will ensure that all ion exchange resin removed from the water treatment plant is disposed of in accordance with Environmental Protection Agency, state and local regulations, and transported to a licensed and permitted TSD facility capable of handling low level radioactive material. The contractor will be solely responsible for any fines levied as a result of the contractor's failure to comply with laws or regulations. All licenses, permits, fees, notifications, documentation, and reports related to the disposal of low level radioactive material to a fully licensed TSD facility will be the responsibility of the contractor. Copies of all documentation will be provided to the COTR when work begins. The contractor will be responsible for all spills and related clean-up costs. The contractor will provide an official manifest for transport of low level radioactive ion resin. The receipts shall be addressed to the Contracting Officer's Technical Representative (COTR) at the Federal Correctional Institution, Fairton, New Jersey, prior to transport. At no time will the transport vehicle be left on any part of the Federal Property unattended. All required repairs to the transport vehicle will be the sole responsibility of the contractor. SCHEDULE The contractor will remove/replace the ion resin within ten (10) working days of notification by the Contracting Officer or the COTR. Work will be completed during normal working hours, not to exceed one (1) day. SPECIAL CONTRACT REQUIREMENTS/CONTRACT SECURITY The following investigative procedures will be applied and appropriate forms completed before an individual(s) is permitted on institutional property. 1. NCIC Check - National Crime Information Center Check Contractors will agree to submit to the above requirement prior to any contractual agreement with the Federal Bureau of Prisons. MISCELLANEOUS INFORMATION This is a contractual agreement, not a personnel appointment. The service does not constitute an employer/employee relationship. The contractor is expected to complete all tasks outlined in this Statement of Work. The contractor will not be subject to government supervision, except for security-related matters. However, contractor performance will be closely monitored. Payment is based on the provision of an end product or the accomplishment of a specific result. No contract will be awarded to a company whose personnel have not met the qualifications outlined in this Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. Offerors are to provide a copy of 52.212-3, Offeror Representations and Certifications - Commercial Items, with quotation. This provision is available to the offeror online at http://www.arnet.gov/far. The Following FAR Clauses and Provisions Apply to this Acquisition: 52.252-2, Clauses Incorporated By Reference 52.212-1, Instructions to Offers - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41, Service Contract Act of 1965, As Amended 52.222-42, Statement of Equivalent Rates for Federal Hires 52.225-13, Restrictions on Certain Foreign Purchases 52.225-15, Sanctioned European Union Country End Products 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated By Reference JAR 2852.201-70, Contracting Officers Technical Representative (COTR) JAR 2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material DOJ Contractor Residency Requirement BOP Clause: For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. SUBMISSION OF QUOTATIONS Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) Request for Quote Number - (RFQ 20403-0017-05) 2) Schedule of Items - (Price Quote based on per pound price) 3) Offers Representations and Certifications ( FAR 52.212-3) 4) A copy of their New Jersey Department of Environmental Protection license designating them as an approved low radioactive transporter for the State of New Jersey. All offerors must be registered in the Central Contractor Registration (CCR) Database prior to receiving any award. Information concerning CCR requirements can be accessed at http://www.ccr.gov. Offers must be received at the Federal Correctional Institution, P.O. Box 280, Fairton, NJ 08320, ATTN: Stephanie Davison, Supervisory Contract Specialist, no later than March 4, 2005 at 4:00 P.M. local time. Offers may also be faxed to 856-453-4194 or e-mailed to sdavison@bop.gov.
- Place of Performance
- Address: 655 Fairton-Millville Rd., Fairton, NJ
- Zip Code: 08320
- Country: USA
- Zip Code: 08320
- Record
- SN00749835-W 20050213/050211211751 (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 |