Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

P -- MAINTENANCE OF GREASE TRAPS, MCRD, PISC

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Beaufort, P. O. Box 9310, Beaufort, SC, 29904-9310
 
ZIP Code
29904-9310
 
Solicitation Number
N62467-06-B-9327
 
Response Due
6/30/2006
 
Archive Date
7/15/2006
 
Description
This synopsis is for the following commerical requirement. MAINTENANCE OF GREASE TRAPS, MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND, SOUTH CAROLINA. The contractor shall provide all labor, material, equipment, cleaning up and removal of all debris from the Depot and filling/repairing any damage to grounds generated by proposed contract. A total of seventeen (17) grease traps with capacities of roughly 750-1000 gallons each aboard the Depot to be placed on a monthly maintenance program to eliminate the build-up of fats, oils and grease for a period of one year. Locations are: Three (3) at Building 149; three (3) at Building 410; Two (2)at Building 590; Two (2) at Building 600; Two (2) at Building 740; One (1) at Building 926; One (1) at Officer's Club, Building 201; One (1) at the Food Court, Building 113 and One at the Commissary, Building 407. Product to: Be 100% all natural with no hazardous warnings MSDS, contain no biocide, biocide properties or solvents MSDS, Biologically degrade/liquefy the build-up of fats, oils and grease, All ingredients to be approved by the Food and Drug Administration, Significantly reduce or eliminate odors within 24-48 hours after initial treatment and control files, Have wetting agents to adhere to lateral lines from the grease traps and tanks, Provide a one year "No Pump Guarantee" to remove any fats, oils or grease (FOG) build-up. If pumping becomes necessary to remove FOG within the contract schedule, it will be removed at no additional cost to the Government. This synopsis is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Any award(s) resulting from this solicitation will be made using the following set-aside order of precedence: (a) In accordance with FAR Subpart 19.13, any award under this solicitation will be made on a competitive basis first to an eligible Historically Underutilized Business Zone (HUBZone) small business concern (see Section K, 52.219-01, ?Small Business Program Representations? for small business size definition) in accordance with FAR Subpart 19.13, provided that there is adequate competition among such firms. (b) If there is inadequate competition for award to a HUBZone small business concern, (a) In accordance with FAR Subpart 19.1201, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned Small Business (SDVOSB) small business concern (see Section K, 52.219-01, ?Small Business Program Representations? for small business size definition) in accordance with FAR Subpart 19.1201, provided that there is adequate competition among such firms. (c) ) If there is inadequate competition for award to a SDVOSB small business concern, award will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. NOTE: ALL INTERESTED (8a) HUB-ZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESS concerns will notify this office via-email of their intention to submit a quote on the proposed contract as prime contractor no later than 15 June 2006. This notification must include name of company telephone number and point of contact. If adequate interest is not received from 8(a), HUB-ZONE OR SDVOSB concerns by 15 June 2006, then the procurement will be issued unrestricted. The Government intends to issue the entire solicitation on or about 15 June 2006. The entire solicitation will be available for viewing and downloading at www.esol.navfac.navy.mil. All prospective offerors must register in the CCR Data Base at www.ccr.gov. Point of Contact: Edward B. Alston, 843-228-8572, Fax 843-228-8590, e-mail: edward.b.alston@navy.mil. This procurement is for a base with four (4) option periods.
 
Place of Performance
Address: Marine Corps Recruit Depot, Parris Island, S.C.
 
Record
SN01068093-W 20060614/060612221132 (fbodaily.com)
 
Source
FedBizOpps 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.