SOLICITATION NOTICE
J -- COMBUSTIBLE DUST CLEANING AND REMOVAL SERVICES
- Notice Date
- 5/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- M67004 MARINE CORPS LOGISTICS COMMAND ALBANY RCO 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700412T0158
- Response Due
- 6/19/2012
- Archive Date
- 7/19/2012
- Point of Contact
- MATHEW WATTS 229-639-6078
- Small Business Set-Aside
- Total Small Business
- Description
- J “ Maintenance, Repair, and Rebuilding of Equipment SOL # M67004-11-T-0158 Closes: 19 June 2012 4:30 PM EST TITLE: COMBUSTIBLE DUST CLEANING AND REMOVAL SERVICES Point of contact: Mathew Watts, mathew.watts@usmc.mil (229)639-6078, FAX (229) 639-8232. (Email responses / offers are preferred). Mailing - Contracts Dept. (Code S1924), 814 Radford Blvd., Ste 20270, Marine Corps Logistics Command, Albany, Georgia 31704-1128. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and Defense Acquisition Circular 91-13. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION; This Request for Quotation is a 100% small business set-aside. NAICS Code 562910- Remediation Services - Size Standard $14 Million applies. The intended result of this effort is the award of a Firm-Fixed-Price contract. The government reserves the right to make one, multiple, or no awards resulting from this solicitation. CLIN 0001: Dust Cleaning and Removal “Clean up, and removal of Combustible dust in accordance with the Statement of Work (SOW) and site visit instructions. See attached SOW for more details. Note: Mandatory Site Visit - The site visit is offered on a one time only basis to interested vendors. Quotes submitted by the vendors that attend the site visit will be the only quotes evaluated for award. The site visit is scheduled for May 30, 2012, 1:00 pm., local Pacific Time. Vendors will be limited to 2 employees per company to attend the site visit. All interested vendors must notify Mathew Watts by close of business May 23, 2012, 4:30 pm EST, via email or telephone if they intend to participate in the site visit. Email is the preferred method. Instructions will be provided by close of business May 24, 2012. Following the site visit all Industrial cleaning procedure details and quotes should be sent to Mathew Watts using the contact information above for the purpose of evaluation and approval. The following FAR/DFARS clauses/provisions apply: 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation “ Commercial Items with the following paragraph addenda: Offers will be evaluated on the basis of Lowest Price - Technically Acceptable, Completion time and Past Performance. All factors are of equal importance. 52.212-3 (Alt 1) Offeror Representations and Certifications “ Commercial Items; 52.212-4 Contract Terms and Conditions “ Commercial Items; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.O.B Destination; 252.211-7003 Item Identification and Valuation (Alt I); 252.212-7000 Offeror Representations and Certifications ”Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000.00). (Not applicable to subcontracts for the acquisition of commercially available off the shelf items). 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.223-18 Contractor Policy on Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [additionally incorporating selected clauses - 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications ”Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://orca.bpn.gov/login.aspx. The offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with all of the above required information must be received by the point of contact below by the Solicitation Closing Date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M6700412T0158/listing.html)
- Record
- SN02749006-W 20120517/120516000641-c9a10a0f2ad62fca892b261d8110ed24 (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 |