Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

76 -- FORT WAINWRIGHT HAS A REQUIREMENT FOR AHERA SURVEY REPORTS FOB FORT GREELY, ALASKA

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-11-10095017
 
Response Due
9/26/2011
 
Archive Date
11/25/2011
 
Point of Contact
John Quarles, 907-353-2368
 
E-Mail Address
MICC - Fort Wainwright
(john.quarlesjr@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 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. (ii) This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) GFEBS10095017. (iii) This Combined Synopsis/Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-16. (iv) This acquisition is a Service Disable Veteran Owned Small Business Set-aside, Size standards - $6.5 Million. The applicable NAICS is 541620. (v) The items requested are as follows: Provide all material, labor and equipment necessary to conduct AHERA-accredited asbestos surveys of Buildings at Fort Greely, Alaska. Buildings are of 1950-70s construction may contain several different potential asbestos-containing building materials. Building surveys are prioritized as follows: Building 601 (approx 80,000 sq ft); Building 603 (approximately 13,500 sq ft); Building 628 (approximately 5,300 sq ft); Building 653 (approximately 10,100 sq ft); Building 662 (approximately 40,800 sq ft); Building 675 (approximately 6,200 sq ft); Building 801 (approximately 16,300 sq ft); Building 320 (approximately 4,200 sq ft); Building 350 (approximately 3,800 sq ft); and Building 660 (approximately 54,900 sq ft). Asbestos laboratory analysis must be provided by an accredited laboratory. Deliverables will include written reports for each building to include accreditation information, analytical results, photographic documentation and field notes. The 52.212-1, Instructions to Offerors, Commercial, applies to this acquisition, along with the following addenda. (ix) Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. The contract will be awarded to the offeror that provides the best value to the government. (x) All offers must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items (Alt I) (xi) The clause at 52.212-4, Contract terms and Conditions Commercial Items applies to this acquisition along with the following addenda: 52.219-1, Small Business Program Representations (Apr 2002). All offers must include a completed copy of this provision. 252.204-7004. Required Central Contractor Registration (Nov 2001), 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002), the following additional clause(s) cited in this clause are also applicable: 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7002 Qualifying Country sources as Subcontractors (Dec 1991) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.222-21, Prohibition of segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (38 U.S.C. 4212) 52.222-36, Affirmative Action for workers with Disabilities (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 252.247-7023, Transportation by Sea and Air (xiii) the full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. All offers are due no later than 12:00 PM, Alaska Time, 26 Sept 11. (xvii) For further information contact John Quarles via facsimile (907) 353-7302, or email: john.quarlesjr@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d950755de700e6f1dbd19a92974495b2)
 
Place of Performance
Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02583939-W 20110922/110920235158-d950755de700e6f1dbd19a92974495b2 (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.