SOLICITATION NOTICE
Z -- Lead Remediation at Range
- Notice Date
- 7/24/2020 11:42:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- BASE NEW ORLEANS(00029) NEW ORLEANS LA 70117 USA
- ZIP Code
- 70117
- Solicitation Number
- 70Z02920Q8S320700
- Response Due
- 8/3/2020 1:00:00 PM
- Archive Date
- 08/18/2020
- Point of Contact
- BRANDON THOMPSON, Phone: 9858506497
- E-Mail Address
-
BRANDON.R.THOMPSON@USCG.MIL
(BRANDON.R.THOMPSON@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart�12.6 and FAR 13, 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. Instructions to offerors (Tailored for quotes under FAR part 13), evaluation criteria, and all applicable FAR Provisions and Clauses are attached. The solicitation number is 70Z02920Q8S320700 and issued as a Request for Quotation (RFQ). Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word. This is a small business set aside, the applicable NAICS is 562910 and small business size standard is $20.5M. This solicitation will result in a Firm-Fixed Price Construction Order awarded to the offeror with the Lowest Price Technically Acceptable.� The lowest price quote will be evaluated on technical acceptability.� If it is found to be acceptable, an award will be made.� If it is not found to be acceptable, the next lowest price will be evaluated.� This process will continue until a technically acceptable offer is identified. Offerors must be actively registered in System for Award Management - https://www.sam.gov. USCG Sector Houston-Galveston has a requirement to purchase: Galvaston range lead remediation to include the following requirements: 1. Removing all granulated rubber from bullet trap and separate rubber media from lead and any other materials and return bullet trap to recommended manufacture operational specifications. 2. Remove all Granulated rubber from bullet trap and separate rubber media from lead and any other materials. 3. Refill the bullet trap back to manufactures specifications utilizing cleaned serviceable rubber previously removed for cleaning. Any additional rubber needed will be provided for onsite by USCG SFO Galveston Armory.� 4. Replace any ballistic rubber blocks in need of replacement (bottom of trap) and reinstall rubber curtains to manufacturer�s specifications.� Rubber blocks (durabloc) will be provided by SFO Galveston from materials already on-hand. Rubber curtains (Natural Gum Rubber 70A 1/8� thickness X 48� wide) will be provided by the contractor. Approximately 400 linear feet is needed to cover trap, including the header. 5. Inspect the trap and compare to the manufactures specification, give a detailed listing of any defects to GMC Nicholas Hallmark. 6. The contractor must remove, contain, and dispose of all hazardous material from the site caused from the cleaning of the bullet trap. Plus additional rubber blocks (durabloc) previously replaced due to degradation, approximately 20 in total if not placed back into the bullet trap. 7. All lead removed must be turned in for recycling and will be applied to the moneys owed to the contractor. Based on previous year�s figures we anticipate over 4000 pounds of lead being removed from the bullet trap. 8. The contractor must be finished and the trap operational, no later than two weeks from the start date. The contractor must be able to apply the funds from the recycled lead before the end of the contract. 9. Work must be in compliance with all OSHA and EPA guidelines. 10. There must be a �Removal of Lead Shot Plan� submitted by the contractor and approved by the Coast Guard.� The plan must be approved prior to the award of a contract.� The plan must include but not be limited to: Collection and containment practices Transportation of hazardous materials, to follow all local state and federal laws. Disposal, decontamination, and RCRA. Personal Protective Equipment to be used. FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Date and place of delivery and acceptance is on or before September, 03, 2020 Principle Place of Performance: U.S Coast Guard Sector Field Office Galveston (Range) 3000 Fort Point Rd. Galveston, TX 77550 Period of Performance: The project shall be completed within thirty (30) calendar days after award date. All quotes are due by the Close of Business 03 AUGUST 2020. Submit quotes to the following e-mail address(es): Primary E-Mail Address: Brandon.R.Thompson@uscg.mil Or Alternate E-Mail Address: Lynn.P.Charles2@uscg.mil The Government Point of Contact (POC) for this work is Nicholas J Hallmark @ Nicholas.J.Hallmark@uscg.mil or by phone @ (281) 464-4600. All work shall be coordinated through the POC. Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Brandon.R.Thompson@uscg.mil no later than 03 August 2020, 4:00PM Eastern Standard Time or the question may not be answered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e776290237ed43e6984467de80762f97/view)
- Place of Performance
- Address: Galveston, TX 77550, USA
- Zip Code: 77550
- Country: USA
- Zip Code: 77550
- Record
- SN05733108-F 20200726/200724230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |