Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOLICITATION NOTICE

55 -- WOOD CHIPS FOR BIOMASS BOILER

Notice Date
5/1/2018
 
Notice Type
Presolicitation
 
NAICS
321114 — Wood Preservation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W911RQ)(RRAD), 100 MAIN DRIVE BUILDING 431, TEXARKANA, Texas, 75507-5000, United States
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ-18-R-0286
 
Point of Contact
SANDRA JEANLOUIS, Phone: 9033344283
 
E-Mail Address
sandra.jeanlouis.civ@mail.mil
(sandra.jeanlouis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This a Requirement type Contract for one (1) base year and four (4) option years to furnish and deliver Woodchips at Red River Army Depot, Texarkana, Texas as described in the Scope of Work. Any contract awarded as a result of this solicitation will be a Delivery Order, (DO) SCOPE OF WORK Wood Chips The following describes the scope of work to furnish and deliver Wood Chips for the biomass boiler as described herein. This contract shall be for one base year plus four option years. The contractor shall provide all labor, travel and living expenses, and equipment required to pick up and transport the wood chips to the depot. Authorized employees of RRAD will call the contractor to provide 12 hours' notice of a required wood chip delivery. The estimated quantity of wood chips required is 20,000 tons per year; however, no maximum or minimum quantities guaranteed under this contract. RRAD has between two and three days of wood chips storage at the depot. Contractor shall deliver the wood chips in trucks meet all RRAD vehicle safety and insurance requirements. The trucks shall be capable of unloading from the rear without elevating the trailer to a live floor storage area. Wood chips shall be a soft pine woody biomass that is generally free of dirt and foreign debris. The chips shall be no larger than 1½" X 2½" X 5/8" and shall have a BTU content of at least 5100 BTU/lb and a moisture content of 45% or less. Contractor shall have the materials provided under this contract tested and provide those test results to the depot at the beginning of the contract period and semiannually thereafter. Should any questions arise in the interim about the characteristics of the materials provided, the contractor shall provide the most recent test results to the depot. Material that does not meet these requirements shall be rejected and transported off depot at the expense of the contractor. CONTRACTOR MANPOWER REPORTING (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via secure data collection site. The contractor is required to completely fill in all required data fields at the following web address: https://cmra.army.mil. See Federal Acquisition Clause 52.237-4000 included in the contract for complete reporting requirements. DES REQUIREMENTS Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area. The contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security office. The contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the change clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center interstate identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Impact on contractor performance during increased FPCON during periods of increased threat (contractor personnel working on an installation). During FPCONs Charlie and Delta, services may be discontinued/postponed due to higher threat. Services will resume when FPCON level is reduced to level Bravo or lower. Random Antiterrorism Measures Program (RAMP) participation. Contractor personnel working on an installation are subject to participation in installation RAMP security program (e.g. vehicles searches, wearing of ID badges, etc.). Contractor will acquire and need to return all issued U.S. Government Common Access Cards, installation badges, and/or access passes. Use FAR 52.204-9 or PADDS Clause IF00015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/43eed7b5959e075e6c4cd2bf02ac413c)
 
Place of Performance
Address: RED RIVER ARMY DEPOT, TEXARKANA, Texas, 75507, United States
Zip Code: 75507
 
Record
SN04905914-W 20180503/180501230617-43eed7b5959e075e6c4cd2bf02ac413c (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.