Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
MODIFICATION

49 -- RENTAL AND SERVICING OF PARTS WASHERS - Solicitation 1

Notice Date
9/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-10-Q-5P7018
 
Archive Date
10/3/2009
 
Point of Contact
John M Lukondi, Phone: 757-483-8555, Dale Kendrick, Phone: 757-483-8541
 
E-Mail Address
john.m.lukondi@uscg.mil, robert.d.kendrick@uscg.mil
(john.m.lukondi@uscg.mil, robert.d.kendrick@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote package 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; proposals are being requested and a written solicitation will not be issued. HSCG27-10-Q-5P7018 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-33. This is a Total Small Business Set Aside the applicable NAICS code is 562112 and the small business size standard is $11.5M. The FOB Destination delivery is to: USCG ISC Portsmouth, VA on or before: 10/1/09. Offers are due at: USCG ISC Portsmouth, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199, by the 4pm on 18SEP2009. Questions may be directed to John Lukondi, telephone 757-483-8555, or email John.m.lukondi@uscg.mil. Unit POC for technical questions: Chris Dunn (757)483.8593 or (C) 757.373.2558 See attached RFQ package for specific information Brief Summary of Parts Washer Requirements: Rental/cleaning/service/repair/warranty/replacement of :(11) 30-85 gallon parts washer units with specific mil spec solutions only, some aqueous (Mil-C 29602) and some solvent based (PRF 680 type 2), (2) Distillate Recycling Units, (1) Paint Gun Cleaning machine, utilizing USCG approved paint thinners only. These units will need servicing and solutions changed on either a monthly or quarterly schedule to be provided by onsite representative. All service work must be performed by HAZWOPER trained individuals supplied with proper safety equipment, Certified to handle Hazardous Waste, Driving DOT Hazwaste licensed and placarded trucks. Contractor must be certified as TSDF to properly manifest, treat, store, dispose or recycle waste and provide proper annual TCLP lab analysis for products as required to determine proper waste streams. All waste is to be manifested. All transport, procedures, containers, handling, labeling, manifesting, treatment, disposal shall be IAW applicable regulation spelled out in 29 CFR 1910, 40 CFR and 49 CFR. All EPCRA, RCRA, CWA, CAA, CERCLA, and SARA 302, 304, 311 and 313 are to be strictly adhered to. All ISC Portsmouth permits and restriction are to be strictly adhered too as the ISC is a Large Quantity Generator, has a title IV Air permit, MS4 Storm water Permit and HRSD permit. Copies of all Hazard and Non hazard manifests are to be signed by Environmental Protection Specialist or Hazwaste Coordinator and final signed copies are to be returned/mailed to ISC Portsmouth, ATTN: Environmental Protection Specialist, 4000 Coast Guard Blvd., Portsmouth VA, 27932 immediately after each shipment has been received by the authorized TSDF. Volatile Organic Compounds shall be kept to a minimum and solvents shall be recycled when at all possible to cut down on disposal costs. MSDS’ for all products used shall be approved by EPS and Safety officer prior to award of this contract. Services must be provided continuously per contract from OCT 1, 2009 –Sept 30, 2010. HAZWOPER Trained individuals must be available by phone to respond to any equipment malfunction, leak, other unforeseen problem with rental equipment 9-5, M-F, 52 weeks per year. All employees entering base must have valid DOT license, be US citizens, able to speak, read and write English, able to pass Government security back ground screening and provide SSN, DOB, First Middle and Last Name for access to Base Portsmouth. Company’s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing & performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts)(Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.);52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-10-Q-5P7018/listing.html)
 
Place of Performance
Address: USCG ISC PORTSMOUTH, 4000 COAST GUARD BLVD, PORTSMOUTH, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01950270-W 20090912/090911002030-4bcccd3ee828e445907bd534fc014fec (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.