SOLICITATION NOTICE
F -- Sequalitchew Springs Collection Basin Cleaning
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-07-T-0028
- Response Due
- 7/23/2007
- Archive Date
- 9/21/2007
- Small Business Set-Aside
- N/A
- Description
- This is a Combined Synopsis/Solicitation for the purchase of commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-T-0028 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 2005-18 and DCN 20070531. This requirement is UNRESTRICTED with a NAICS Code of 541330, Engineering Services and a corresponding size standard of $4.5M is applicable. The description of the commercial service is Sequalitchew Springs Collection Basin Cleaning, Fort Lewis, WA and reads as follows: CLIN 0001, 1 each, Inspect all exposed surfaces and basin ground surfaces as described in the Performance Work Statement. CLIN 0002, 1 each, Services Contract Manpower Rep ort Requirement. Both documents are available as an attachment to this Combined Synopsis/Solicitation at http://www.us.army.mil/doc/. Period of Performance is 30 Jul 2007 to 22 September 2007; final dates to be coordinated with Public Works. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along wit h instructions at http://www.us.army.mil/doc/ (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Provision 52.212-1, I nstructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in th is solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Le wis clauses can be reviewed at http://www.us.army.mil/doc/. IAW AFARS 5101.602-2, Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis Fast Access Gate Program, local clause-52.111-41 32, Identification of Contractors Employees Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Addendum to Clauses 52.111-4131, 52.111-4132 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorp orated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manag er, Cell: (None); info@rapidgate.com or mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior noti fication, but any long-term badge received by you will continue to be valid until its expiration date. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This proc ess may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representat ions and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does no t include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.22 2-3, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to includ e under paragraph (a) 52.203-3. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Tel ephonic inquires will be accepted for solicitation clarification only, any direct questions relating to CLIN 0001 and CLIN 0002 will need to be emailed to the below point of contact. Quotes are due on 23 July 2007 at 10:00:00 AM. Pacific Daylight Time. Q uotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Barbara Kinnear, barbara.kinnear@us.army.mil, 253 -966-3477. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http:/ /www.lewis.army.mil/doc/ and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01344377-W 20070719/070717221415 (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 |