Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

S -- RECOVERY TAS::14 1035 DSU::TAS PMIS #102200B - SLBE, Debris Removal at South Manitou Island

Notice Date
8/6/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Midwest Regional Office 2100 Brookside Drive Roswell GA 30076
 
ZIP Code
30076
 
Solicitation Number
Q6620100092
 
Response Due
8/20/2010
 
Archive Date
8/6/2011
 
Point of Contact
Kathleen Batke Contract Specialist 7708803099 kathleen_batke@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY TAS::14 1035 DSU::TAS PMIS#10220B - SLBE, Debris Removal at South Manitou Island 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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quotation (RFQ) under solicitation number Q6620100092. This procurement is 100% Small Business set-aside and is open to all responsible Small Business sources. The NAICS code for this procurement is 562111 "Solid Waste Collection". The Small Business Administration size standard for this NAICS code is $12.5M or less. All vendors who can meet this requirement, have a valid Dun & Bradstreet Number (DUNS) and are registered in Central Contractor Registration (CCR) are invited to submit electronic quoted for this posted RFQ. The web site for CCR is www.ccr.gov. This acquisition will be made using Simplified Acquisition Procedures. GENERAL DESCRIPTION: The National Park Service/ Sleeping Bear Dunes National Lakeshore has a requirement to "Debris Removal at South Manitou Island". This acquisition is funded by the American Recovery and Reinvestment Act and, as such, the following ARRA Clauses apply: 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Mar 2010 Deviation) The following Provisions apply to this acquisition and are incorporated by reference: 52.212-01 Instructions to Offerors-Commercial Items 52.212-02 Evaluation-Commercial ItemsThe following factors shall be used to evaluate offers: price and past performance. Non-price related factors, when combined, shall be approximately equal to price when evaluating offers. Offerors shall include a minimum of three (3) references for which substantially similar services were provided within the past three (3) years on attached "Past Performance Sheet". 52.212-03 Offeror Representations and Certification - Commercial Items The Clause apply to this acquisition and are incorporated by reference: 52.212-04 Contract Terms and Conditions-Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-06 Notice of Total Small business Set-Aside (June 2003)(15 U.S.C. 644) 52,219-28 Post Award Small Business Program Representation (APR 2009) 52.222-03 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and remedies (AUG 2009) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.222-41 Service contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq) 52.222-42 Statement of Equivalent Rates for Federal Hires (may 1989) (29 U.S.C 206 and 41 U.S.C. 351, et seq) 99730 Refuse Collection - WG2 $14.39 52.249-04 Termination for Convenience of the Government (Services) (Short Form) (AOR 1984) 52.249-08 Default (Fixed-Price Supply and Service) (Apr 1984) Full text of these clauses is available at http://www.acqnet.gov/far REQUIREMENTS:Item 1.One (1 ) Job: Debris removal on South Manitou Island $____________________________Vendor shall furnish all labor, equipment, and materials necessary to remove debris from South Manitou Island. Vendor shall transport all required vehicles and equipment to South Manitou Island, load debris onto barge or other marine vessel for transportation and dispose off site. Debris is estimated to be approximately 220 yards of construction debris including but not limited to wood, metal, and concrete located in the maintenance compound on South Manitou Island. See attached photos. Vendor shall be insured and licensed. Period of Performance: One (1) month from award date Quotes and completed Past Performance Sheet are due by 3:00pm EST, August 20, 2010. Offers can be e-mailed to kathleen_batke@nps.gov. Attachments to this Combined Synopsis/Solicitation: Two (2) photos, Past Performance Sheet (4 pages), and DOL Wage Determination Under the Service Contract Act: WD 05-2271 (Rev. 10). Point of Contact(s): Kathleen Batke, Contract Specialist (770) 880-3099 or kathleen_batke@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q6620100092/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes National LakeshoreSouth Manitou Island
Zip Code: 496309797
 
Record
SN02231535-W 20100808/100806235000-ae8102531386834ac94850cb3789be9f (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.