Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2012 FBO #3770
SOLICITATION NOTICE

F -- Eradicate Pond Weeds

Notice Date
3/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-12-T-0143
 
Response Due
3/26/2012
 
Archive Date
5/25/2012
 
Point of Contact
Saint Numa, 410-278-8572
 
E-Mail Address
ACC-APG - Installation Division
(saint.t.numa.mil@mail.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 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-12-T-0143. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 541620 and the Business Size Standard is $7 MIL. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: The Contractor shall provide personnel and materials to eradicate submerged weeds at the Underwater Test Facility and Littoral Warfare Environment of Eurasian watermilfoil, Curly-Leaf pondweed, and Hydrilla with systemic vegetation control applications.. The Government shall not exercise any supervision or control over the contract service provider performing services herein.. Period of Performance: 1 April 2012 thru 15 November 2012 with two option years CLIN 0001 Contractor shall eradicate submerged weeds at the underwater test facility as provided in the statement of work. Contractor shall comply with permits and regulations regarding the use of herbicides in the test facility. The typical Toxic Materials Permit does not comply with the two ponds since they are not waters of the state. Mechanical harvesting prior to herbicide treatment is necessary prior to chemical treatment. Three treatments are necessary to eradicate the weeds. Unit Price:_______ Total Amt:________ Acceptance shall be at destination. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000 Offeror Representations and Certifications Commercial Items 52. 212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. This solicitation is eligible for the HQ, AMC-Level Protest Program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. Provision ACC AI 515.233-9000, HQ AMC Level Protest Program is applicable. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 11:00 AM EST March 26, 2012 via email to saint.numa@us.army.mil at the Army Contracting Command - Aberdeen Proving Ground, Installation Contracting Division Attention: CCAP-SCI, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Saint T. Numa, Contract Specialist, via email at saint.numa@us.army.mil NO TELEPHONE REQUESTS WILL BE HONORED. Contracting Office Address: ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013 Place of Performance: Performance will take place at ATC, Aberdeen Proving Ground (APG), Aberdeen, Maryland. Undex Test Facility and Littoral Warfare Environment. Point of Contact(s): Saint T. Numa, 410-278-8572
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2aed3e23a4188cca93cef16d32b10537)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02699544-W 20120321/120319234531-2aed3e23a4188cca93cef16d32b10537 (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.