Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2005 FBO #1424
SOLICITATION NOTICE

S -- Providing chemical toilets and service

Notice Date
10/18/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
06SQ1L0030
 
Response Due
11/17/2005
 
Archive Date
10/18/2006
 
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 Part 12.6, as supplemented with additional information included in this notice. This announcement, for solicitation 06SQ1L0030, constitutes the only solicitation, proposals are requested, and a written solicitation will not be issued. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular #24. Contractors must be registered with Central Contractor Registration (www.ccr.gov) and Online Representation and Certifications Application (http://orca.bpn.gov/) with a current registrations to be considered for award. This is a small business set aside. The NAICS is 562991, the size standard is $6 million. A single fixed-price award will be made under simplified acquisition procedures to the offeror that provides the best value to the Government. The FAR provisions that apply to this acquisition are: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation factors are price; and past performance. Proposals are due November 17, 2005. Proposals shall include 1) price; 2) references of past performance. For past performance, provide names and telephone numbers of three contacts for other commercial or Government customers. Evaluation is subject to FAR Part 13. 52.212-3, Offeror Representations and Certifications-Commercial Items. 52.212-4, Contractor Terms and Conditions-Commercial Item. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.217-08 Option to Extend Services; 52.217-09 Option to Extend the Term of the Contract; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All provisions and clauses are available at http://www.arnet.gov/far. Wage Determination will be incorporated. Quotes may be faxed to Sheri Gregory at 541-567-0520 or emailed to sgregory@pn.usbr.gov. PORTABLE RESTROOM RENTALS FOR THE UMATILLA PROJECT STATEMENT OF WORK The Umatilla Field Office (located in Hermiston, OR) is in need of chemical toilets at various locations within a 50 mile radius of the Umatilla Field Office, and at McKay Reservoir near Pendleton, Umatilla County, Oregon. This includes 8 chemical toilets with an intermittent addition of at least 2 other chemical toilets throughout the year. Rental price shall include intial set up and installation (installation shall be at sites determined by Bureau of Reclamation staff) and bi-weekly services shall include a pump out, washdown, resupply of toilet paper and handsoap. The Contractor shall furnish all labor, equipment, and materials to service rental chemical toilets. There will be an organized site visit on November 2, 2005 @ 9:00 a.m., meeting at the Umatilla Field Office. Interested parties can contact Sheri Gregory at 541-564-8616 to attend. Directions to the Umatilla Field Office will be furnished at that time.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=33241)
 
Place of Performance
Address: Hermiston, OR
Zip Code: 97838
Country: US
 
Record
SN00917358-W 20051020/051018212012 (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.