SOLICITATION NOTICE
20 -- AFFF REMOVAL SERVICES
- Notice Date
- 5/12/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Building SP-64 471 C Street Norfolk VA 23511
- ZIP Code
- 23511
- Solicitation Number
- N40442-09-T-5398
- Response Due
- 5/14/2009
- Archive Date
- 5/12/2010
- Point of Contact
- Lisa Alston-Howard, CONTRACT SPECIALIST, Phone 757-443-5915, Fax 757-443-5982
- E-Mail Address
-
lisa.alston-howard@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-09-T-5398, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. NAICS 811310 applies. The Small Business Competitiveness Demonstration Program is not applicable. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award firm fixed price purchase for SOR AFFF REMOVAL for the USNS CARL BRASHEAR.. A. Statement of Work: The purpose of this Service Order Request is to provide labor, equipment and material to pump and clean the main and auxiliary machinery space, main motor space and Forward Pump room bilges removing all AFFF, AFFF residue and cleaning fluids including fresh water wash down of all bilges. 1. Provide laboratory services for a 24 hour turn around to test AFFF and salt water sample for proper disposal. 2. Provide labor, equipment and material to pump and clean the main and auxiliary machinery space and main motor room and forward pump room bilges removing all AFFF, AFFF residue and cleaning fluids including a fresh water wash down of the bilges. Approximately 30,000 gallons of AFFF and salt water solution is to be removed. B. Work Schedule: 15 through 19 June 2009 C. VR Location: 32 nd Street Naval Station, San Diego, CA Contractor need to provide the following with their quote: (if not applicable please note N/A) Period of Performance is from ___________________ – includes ______ days of travel and ________ days onboard performance on ship. Labor: Contractor must provide a copy of published hourly/daily labor rates documentation. __________ # of hours @ $__________ straight time ____________ # of hours @$_____________ overtime ____________ # of hours @ $____________ double time ____________# of hours @ $____________ weekends/holiday Total Man-Hours _______________ How many technicians on job.______________ Travel Charges: Travel Cost for _______ number of days: Total of ___________ # of hours at $______________ per hour/per day for travel costs. Airline ticket to the place of performance is approximately $______________ (Please state the departure airport.) Vehicle rental at the place of performance is approximately $_______________ a day for ______ # of days. Per diem rate to the place of performance is $_________________ per day which covers lodging, meals, and incidentals for __________ # of days. (Per Diem rates can be found at www.gsa.gov) Materials: Estimated Materials: (Please provide a list of all estimated materials and costs needed for repairs. State shipping costs if applicable.) Any other associated costs for this service please list: FIRM FIXED PRICE TOTAL (Includes all charges):$____________________ Prior History Contract #’s:_____________________________________ __________________________________________________________ __________________________________________________________ Cage #:_____________ Tax ID #_______________________________ Reply to: Military Sealift Fleet Support Command Lisa Howard –Alston Contract Specialist lisa.alston-howard@navy.mil Phone: 757-443-5915 Period of Performance is from 15-19 JUNE 2009 in SAN DIEGO, CA 92123. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 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, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: The following numbered notes apply to this requirement: NONE. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 14 MAY 2009 4:30 P.M. EASTERN TIME. Offers can be emailed to lisa.alston-howard@navy.mil. Reference the solicitation number with your quote N40442-09-T-5398. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/f3b565c58820e189387481f019c18d61)
- Place of Performance
- Address: SAN DIEGO, CA
- Zip Code: 92123
- Country: US
- Zip Code: 92123
- Record
- SN01814909-F 20090514/090512233034 (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 |