SOLICITATION NOTICE
R -- environmental assessment and remediation services at Defense Fuel Service Point (DFSP) at Newington New Hampshire - Groundwater Permit - Offeror Submission Package - NPDES Permit
- Notice Date
- 5/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Energy Support Center, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222
- ZIP Code
- 22060-6222
- Solicitation Number
- SP0600-10-Q-0526
- Archive Date
- 6/12/2010
- Point of Contact
- Najiyyah A. Mahdi, Phone: 7037678456
- E-Mail Address
-
najiyyah.mahdi@dla.mil
(najiyyah.mahdi@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NPDES Permit for CLIN 1001 and 2001 Offeror Submission Package must be submitted Groundwater Permit for CLIN 1002 and 2002 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation No. SP0600-10-Q-0526 is issued as Request for Quotes (RFQ). The Defense Energy Support Center has a requirement for environmental assessment and remediation services at Defense Fuel Service Point (DFSP) at Newington New Hampshire. The Government anticipates awarding a Firm Fixed Price contract. The Government shall issue task orders using the below CLINs, on an as needed basis. The services involve the following tasks: Base Award: (June 3, 2010 – May 31, 2011) CLIN 1001: Monthly sampling and reporting (NPDES Sampling). Offer shall provide monthly sampling and reporting services required to meet NPDES permit number NH00020494 (Attachment 1). Oil, grease, and pH samples are required at the one outfall. Quarterly reports include: one page cover letter; the Discharge Monitoring Report; and, supporting analytical data. These services will be requested by DESC. CLIN 1002 – Sampling and reporting (Groundwater management). Offer shall provide sampling and reporting services during April and October to meet requirements for Groundwater Management Permit #199001012 (Attachment 2). Offer shall submit one annual report due in December 2010. The Government will provide the April 2010 report to be included in the annual report. See Attachment. CLIN 1003 – Mowing and trimming. Offer shall provide one annual mowing of the property located at DFSP Newington, NH, during the months of August through September. Contractor will submit before and after pictures of the event to the Contracting Officer. CLIN 1004 – Surveying Offer shall provide quarterly surveys of tank elevations to confirm stability of four cut and cover tanks for the period June 3, 2010 – May 31, 2011. Option 1: (June 1, 2011 – May 31, 2012) CLIN 2001: Monthly sampling and reporting (NPDES Sampling). Offer shall provide monthly sampling and reporting services required to meet NPDES permit number NH00020494. Oil, grease, and pH samples are required at the one outfall. Quarterly reports include: one page cover letter; the Discharge Monitoring Report; and, supporting analytical data. CLIN 2002 – Sampling and reporting (Groundwater management). Offer shall provide sampling and reporting services during April and October to meet requirements for Groundwater Management Permit #199001012. Offer shall submit one annual report due in December 2011. CLIN 2003 – Mowing and trimming. Offer shall provide one annual mowing of the property located at DFSP Newington, NH, during the months of August through September. Contractor will submit before and after pictures of the event to the Contracting Officer. CLIN 2004 – Surveying Offer shall provide quarterly surveys of tank elevations to confirm stability of four cut and cover tanks for the period of June 1, 2011 through May 31, 2012. The procurement is a total small business set-aside. The NAICS code for this requirement is 562910 and the size standard to qualify as a small business is 500 employees. All interested parties must have a DUNS number, Taxpayer Identification Number, and be registered in the Central Contractor Registration (www.ccr.gov). Only vendors registered in the CCR can be awarded a contract. CLAUSES INCORPORATED BY REFERENCE: FAR 52.203-1 Gratuities (SEP 1995) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JUN2009) FAR 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUN 1988) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (AUG 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52-222-41 Service Contract Act of 1965 (NOV 2007) FAR 52-222-43 Fair Labor Standards Act and Service Contract Act and Service Contract- Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.222-54 Employment Eligibility Verification (JAN 2009) FAR 52.223-5 Pollution Prevention and Right-To-Know Information (AUG 2003) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.233-1 Disputes (JUL 2002) FAR 52.246-4 Inspection of Services – Fixed Price (AUG 1996) FAR 52.246-25 Limitation of Liability – Services (FEB 1997) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) DFARS 243.205-70 Pricing of Contract Modifications (DEC 1991) The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. DESC INTERNAL INSTRUCTIONS/PROVISIONS INT-B35 SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) (DESC MAR 2009) The services to be furnished during the period specified herein and the unit prices are as follows: JUNE 3, 2010 – MAY 31, 2011 (BASE) CONTRACT SERVICES – UNITPRICE LINE ITEM NUMBER CLIN 1001Monthly sampling and reporting (NPDES Sampling)EA ________________ CLIN 1002Sampling and reporting (Groundwater management)EA ________________ CLIN 1003Mowing and trimming EA ________________ CLIN 1004Surveying EA ________________ TOTAL Base Period ________________ JUNE 1, 2011 – MAY 31, 2012 (OPTION 1) CONTRACTSERVICES – UNITPRICE LINE ITEM NUMBER CLIN 2001Monthly sampling and reporting (NPDES Sampling)EA _________________ CLIN 2002Sampling and reporting (Groundwater management)EA _________________ CLIN 2003Mowing and trimming EA _________________ CLIN 2004Surveying EA _________________ TOTAL Option Period _________________ INT-G9.06ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED (DESC DEC 1999) Remittances shall be mailed only at the Government’s option or where an exception to payment by Electronic Funds Transfer (EFT) applies. (See the PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION or the PAYMENT BY ELECTRONIC FUNDS TRANSFER - OTHER THAN CENTRAL CONTRACTOR REGISTRATION clause.) Offeror shall indicate below the complete mailing address (including the nine-digit zip code) to which remittances should be mailed if such address is other than that shown in Block 15a (Standard Form (SF) 33) for noncommercial items or Block 17a (SF 1449) for commercial items. In addition, if offeror did not incorporate its nine-digit zip code in the address shown in Block 15a of the SF 33 or in Block 17a of the SF 1449, the offeror shall enter it below: (a) Payee Name (Contractor): | | | | | | | | | | | | | | | | | | (DO NOT EXCEED 25 CHARACTERS) (b) Check Remittance Address: | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | (DO NOT EXCEED 30 CHARACTERS PER LINE) (c) Narrative Information (special instructions). | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | (DO NOT EXCEED 153 CHARACTERS) (DESC 52.232-9F55) INT-G148.06-1 SUBMISSION OF INVOICES FOR PAYMENT (ENVIRONMENTAL) (DESC MAR 2006) (a) Separate invoices must be submitted for each task order issued under this contract. Invoices shall be certified as shown below and submitted to the cognizant DESC Environmental Protection Specialist or the DESC On-Scene Coordinator for certification that supplies or services included on the invoice have been provided. Each invoice will be certified by an official of the company in the following manner: "I certify that the services were performed/supplies were received, the amounts reflected hereon are in conformance with the contract, and that the amounts are correct and proper for payment." ________________________________________________________________ (Signature) ________________________________________________________________ (Printed Name and Title) (b) FIXED PRICE LINE ITEM(S). Invoices for the fixed price line items shall reflect the total for each contract line item number (CLIN) for the invoice period. Breakdown by subCLIN is not required. (c) COST REIMBURSEMENT LINE ITEM(S). Invoices shall reference appropriate line item and cost as actually incurred by the Contractor. Supporting documentation for these costs shall be included as attachments to the invoice. General and administrative costs and profit for the cost reimbursement CLINs should have been included in the fixed price of these line items and are not allowable additional charges. (d) Invoices shall be submitted with an original and one copy with supporting documentation (e.g., subcontractor bills or invoices) to-- ATTN DESC-FPA ROOM 2945 DEFENSE ENERGY SUPPORT CENTER 8725 JOHN J KINGMAN RD SUITE 4950 FORT BELVOIR VA 22060-6222 (DESC 52.232-9FE5) INT- H51.03INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS (DESC MAY 2009) (a) The General Liability Worker's Compensation and Automobile Liability Insurance to be procured and maintained by the Contractor and any subcontractors pursuant to the provisions of the INSURANCE - WORK ON A GOVERNMENT INSTALLATION clause shall provide at least the following minimum coverage: GENERAL LIABILITY INSURANCE. Bodily Injury......................................................................................... AT LEAST $100,000 per person AT LEAST $1,000,000 per occurrence Property Damage...............................................................................… AT LEAST $1,000,000 per occurrence Worker's Compensation..................................................................…... AT LEAST $100,000 except in states with exclusive monopolistic funds which do not permit the writing of workmen's compensation by private carriers (Nevada, North Dakota, Ohio, Oregon, Washington, West Virginia, and Wyoming). (Longshore and Harbor Workers' Compensation must also be provided when applicable.) AUTOMOBILE LIABILITY INSURANCE. Bodily Injury.........................................................................................AT LEAST $200,000 per person AT LEAST $500,000 per occurrence Property Damage..............................................................................….AT LEAST $ 20,000 per occurrence (b) Prior to the commencement of work hereunder, at the request of the Contracting Officer, the Contractor shall submit the required certificates of insurance to the Contracting Officer. (DESC 52.228-9F05) INT-L82 WAGE DETERMINATION (DESC FEB 2009) This procurement is subject to Wage Determination Number 2005-2339 dated 10/09/2009 as determined by the Administrator, Wage and Hour Public Contracts Division, U.S. Department of Labor. Register of Wage Determination and Fringe Benefits under the Service Contract Act is attached and made a part of this solicitation. (DESC 52.222-9F05) NT-H9.01TECHNICAL DIRECTION (DESC FEB 1992) (a) A DESC representative other than the Contracting Officer (CO) may provide technical direction on contract performance. Technical direction includes-- (1) Direction to the Contractor which assists him in accomplishing the Statement of Work; and (2) Comments on and approval of reports or other deliverables. (b) When the individual providing technical direction is not the CO, he does not have the authority to issue technical direction that-- (1) Institutes additional work outside the scope of the contract; (2) Constitutes a change as defined in the CHANGES clause; (3) Causes an increase or decrease in the estimated cost of the contract; (4) Alters the period of performance; or (5) Changes any of the other express terms or conditions of the contract. (c) A Contractor following such unauthorized direction may be found in breach of contract and may not be reimbursed for increased costs resulting therefrom. Only a CO may authorize changes to the contract Statement of Work. (DESC 52.242-9F25) INT-L201.01SPECIFIC INSTRUCTIONS FOR PREPARING OFFERS (ENVIRONMENTAL) (DESC JAN 2009) The offeror shall submit an original and one copy of the proposal, as follows: 1.OFFEROR SUBMISSION PACKAGE. Complete all required representations and certifications, and provide proposed prices in the SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) clause. The SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) clause should be submitted as part of the Offeror Submission Package. Prices proposed must be based on descriptions of tasks as stated herein and offers must offer on all requirements. Offerors shall include a completed copy of the provision FAR 52.212.3, OFFER REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with their proposal or be registered in On-Line Representations and Certifications website (ORCA). FAR 52.212-3 can be found at and the website address for registration in ORCA is http://orca.opn. 2. TECHNICAL PROPOSAL. The technical proposal shall be completed enough to demonstrate the offeror’s understanding of the requirements and associated problems. Statements such as the “offeror will comply,” “standard procedures will be employed,” or “well known techniques will be used” are inadequate. If sufficient information is not submitted, proposals may be considered technically unacceptable, which will exclude the proposal from further consideration. The technical proposal shall be no more than three (3) pages. The proposal should include the following: • A technical plan which includes sampling and reporting methodology which clearly demonstrates its understanding of the four tasks required under this request for quotations, as well as knowledge of NHDEP sampling and reporting protocols. • Examples of offeror’s experience in NPDES sampling protocols and reports, groundwater sampling and reporting, grounds maintenance and surveying of cut and cover fuel storage tanks. • A list of equipment required for the sampling, grounds maintenance and surveying. • Proof of insurance pursuant to DESC Clause INT- H51.03 INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS (DESC MAY 2009) 3. PAST PERFORMANCE. The offeror must provide the following information for the three (3) most recent contracts and subcontracts held, to include those in progress, that are most related to the proposed contract. (i) Name and address of contracting activity or company name; (ii) Points of contact (names of Contracting Officer, Contracting Officer’s Representative, Administrative Contracting Officer, Program Manager, etc., as applicable), their phone numbers and email addresses; (iii) Contract number; (iv) Contract type, dollar value and period of performance; (v) Brief description of the work; (vi) Information on any significant problems encountered and corrective actions taken. 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate offers: Technical plan/methodology, Past Performance, and Price. Technical and Past Performance are equal in weight; Technical and Past Performance are significantly more important than price. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotes submitted shall be the Contractor's best price. The Government reserves the right to award the contract on initial quotes. Contractors shall submit all quotes to the DESC-BXA no later than 28 May 2010 at 4:00 p.m. EST, to be considered for award. Quotes will be accepted via e-mail or facsimile Attn: Primary POC Najiyyah Mahdi (703) 767-9332 najiyyah.mahdi@dla.mil or fax (703) 767-9338. Late submissions will not be considered. The burden of insuring the Contractor’s quotes are received by this office, within the stated timeframe, is the responsibility of Contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SP0600-10-Q-0526/listing.html)
- Place of Performance
- Address: DFSP Newington, New Hampshire, Newington, New Hampshire, United States
- Record
- SN02155900-W 20100522/100520235616-8b1aa032d0e4c96ef135e98a17c053ee (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 |