SOLICITATION NOTICE
U -- Provide manpower, equipment and supplies to provide overhead OSHA Crane Inspection and Training for the Harry S. Truman Power Plant, Warsaw, MO and Stockton Power Plant, Stockton, MO
- Notice Date
- 6/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-10-T-0093
- Response Due
- 7/9/2010
- Archive Date
- 9/7/2010
- Point of Contact
- margie.slavens, 660-438-7317
- E-Mail Address
-
USACE District, Kansas City
(margie.a.slavens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-31 and Defense Federal Acquisition Regulation Supplement 20090115. The government intends to compete a firm-fixed price procurement that is set-aside for small business under NAICS code 611519 with a size standard of $6.5M. Quotes in response to this solicitation must be signed and dated and submitted no later than 10:00 a.m. CST, July 9, 2010. Quotes may be submitted via hardcopy, to the address below, by email to Margie.A.Slavens@usace.army.mil or by facsimile to (660) 438-7815. Vendors are responsible for verifying the receipt of any quotes submitted by fax or email. In order to assure that you quote is received, you can contact Margie Slavens at 816-389-3606. Any contract resulting will be a base plus three (3) option years, firm fixed price (FFP) service contract. Delivery for the base contact shall be no later than 30 September 2010. Please note that vendors must be currently registered in the Central Contractor Registration (CCR) Database and Online Registration and Certification Application (ORCA). Technical Point of Contact Gregory Hutinger 816-389-3303. Contractual Point of Contact - Margie Slavens 816-389-3606. Services under this procurement are for Crane Inspection and Training for the Harry S. Truman Power Plant and Stockton Power Plant to meet OSHA and EM385-1-1 guidelines. The requirement is for the inspection of six overhead cranes and 2 A-frames located at the Harry S. Truman Power Plant and 1 overheard bridge crane and 1 floor mounted crane located at the Stockton Power Plant, Stockton, Missouri. All inspection and training shall be accomplished in accordance with the attached performance work statement provided. See additional documentation for Performance Work Statement and Quote Sheet. Contract Line Item Numbers are as following: CLIN / EACH / LUMP SUM 0001 FY-10 BASIC CONTRACT: 0001AA FY-10 Truman Crane Inspection 0001AB FY-10 Stockton Crane Inspection 0002 FY-10 BASIC CONTRACT Training Truman 0002AA FY-10 BASIC CONTRACT Eight Hour Crane Operator Refresher Training Session 0002AB FY-10 BASIC CONTRACT Option 1 Twenty-four Hour Crane Operator Refresher Training Session 1001 FY-11 Renewal Option I (if exercised) 1001AA FY-11 Truman Crane Inspection 1001AB FY-11 Stockton Crane Inspection 1002 FY-11 Renewal Option I Training Truman 1002AA FY-11 Renewal Option I Eight Hour Crane Operator Refresher Training Session 1002AB FY-11 Renewal Option I, Truman Training Option 1 Eight Hour Crane Operator Refresher Training Session 1002AC FY-11Renewal Option I Truman Training Option 2 Twenty-four Hour Crane Operator Refresher Training Session 1003 FY-11 Renewal Option 1 BASIC CONTRACT Training Stockton 1003AA FY-11 Renewal Option I Eight Hour Crane Operator Refresher Training Session 1003AB FY-11 Renewal Option I Stockton Training Option 1 Eight Hour Crane Operator Refresher Training Session 2001 FY-12 Renewal Option II (if exercised) 2001AA FY-12 Truman Crane Inspection 2001AB FY-12 Stockton Crane Inspection 2002 FY-12 Renewal Option II Training Truman 2002AA FY-12 Renewal Option II Eight Hour Crane Operator Refresher Training Session 2002AB FY-12 Renewal Option II Truman Training Option 1 Eight Hour Crane Operator Refresher Training Session 2002AC FY-12 Renewal Option II Truman Training Option 2 Twenty-four Hour Crane Operator Refresher Training Session 2003 FY-12 Renewal Option II Training Stockton 2003AA FY-12 Renewal Option II Eight Hour Crane Operator Refresher Training Session 2003AB FY-12 Renewal Option II Stockton Training Option 1 Eight Hour Crane Operator Refresher Training Session 3001 FY-13 Renewal Option I (if exercised) 3001AA FY-13 Truman Crane Inspection 30001AB FY-13 Stockton Crane Inspection 3002 FY-13 Renewal Option III Training Truman 3002AA FY-13 Renewal Option III Eight Hour Crane Operator Refresher Training Session 3002AB FY-13 Renewal Option III Truman Training Option 1 Eight Hour Crane Operator Refresher Training Session 3002AC FY-13 Renewal Option III Truman Training Option 2 Twenty-four Hour Crane Operator Refresher Training Session 3003 FY-13 Renewal Option III Training Stockton 3003AA FY-13 Renewal Option III Eight Hour Crane Operator Refresher Training Session 3003AB FY-13 Renewal Option III Stockton Training Option 1 Eight Hour Crane Operator Refresher Training Session The following FAR provisions and clauses apply to this solicitation, are incorporated by reference, and will be incorporated into any contract resulting from this notice: 52.204-7, Central Contractor Registration (Apr 2008) 52.204-8, Annual Representations and Certifications (Feb 2009) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items. 52.212-3, Offeror Representations and Certification Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.214-13, Telegraphic Bids (APR 1984) 52.214-5000 Arithmetic Discrepancies (Mar 1995) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.228-5, Insurance Work on A Government Installation (Jan 1997) 52.232-18, Availability of Funds 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984) 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984) 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference (FEB 1998) 52.236-4035 U.S. Army Corps of Engineers Safety and Health Requirements Manual. EM-385-1-1 (Jan 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses are checked as being applicable in 52.212-5: 52.219-6, Notice to Total Small Business Set Aside 52.219-8, Utilization of Small Business Concerns (MAY 2004) 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, AND 10 u.s.c.2323) 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7000, Offeror Representations and Certifications Commercial Items: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) QUESTIONS: Please direct contractual questions to Margie.A.Slavens@usace.army.mil. Please direct technical questions to GregoryA.Hutinger@usace.army.mil. TO QUOTE: At a minimum, responsible sources shall provide the following: * A signed quote sheet for ALL ITEMS * Duns # SPECIFICATIONS: Performance Work Statement is provided as an attachment (Additional Documentation). SCHEDULE: FY-10 services shall be completed at an agreeable time no later than 30 September 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0093/listing.html)
- Place of Performance
- Address: USACE District, Kansas City, Harry S. Truman Power Plant 15968 Truman Road Warsaw MO
- Zip Code: 65355
- Zip Code: 65355
- Record
- SN02182920-W 20100623/100621234517-0f903a84d2b88fa8e2d5b427377185b1 (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 |