Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

99 -- GHLN 12-6010 “Geotechnical Investigation for Dewatering Project at Missile Alert Facility (MAF) H-01.” - SOW - DD 254 - Submittal Resgister - Package #4 - Winter Exclusion Ltr

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
Geotechnical_Investigation_for_Dewatering_Project_at_Missile_Allert_Facility
 
Archive Date
5/17/2012
 
Point of Contact
Richard Sainte-Rose, Phone: 3077736645, Jessica Barbee, Phone: 307-773-4739
 
E-Mail Address
richard.sainterose@warren.af.mil, jessica.barbee.1@us.af.mil
(richard.sainterose@warren.af.mil, jessica.barbee.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Winter Exclusion Letter Drawing 2 of 2 Drawing 1of 2 Submittal Register DD Form 254 Statement of Work "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." 1. ACTION CODE: NA 2. DATE: 1 May 2012 3. YEAR: 2012 4. GOVERNMENT PRINTING OFFICE ACCOUNT CODE: N/A 5. CONTRACTING OFFICE ZIP CODE: 82005-2860 6. CONTRATING OFFICE ADDRESS: 7505 BARNES LOOP, BUILDING 208, F.E. WARREN AFB, WY 7. SUBJECT: GHLN 12-6010 "Geotechnical Investigation for Dewatering Project at Missile Alert Facility (MAF) H-01." NAICS CODE: 541380 8. PROPOSED SOLICITATION NUMBER: N/A 9. OPENING/CLOSING RESPONSE DATE: 1 May 2012 /15 May 2012 10. CONTACT POINT: Contract Specialist Richard Sainte-Rose, 307-773-6645, richard.sainterose@us.af.mil; Contracting Officer Jessica Barbee, 307-773-4739, jessica.barbee.1@us.af.mil 11. CONTRACT AWARD AND SOLICITATION NUMBER: N/A 12. CONTRACT AWARD DOLLAR AMOUNT: N/A 13. CONTRACT LINE ITEM NUMBER: N/A 14. CONTRACT LINE ITEM NUMBER: N/A 15. CONTRACTOR: N/A 16. DISCRIPTION: 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. This is a combined synopsis/solicitation for acquisition of GHLN 12-6010 "Geotechnical Investigation for Dewatering Project at Missile Alert Facility (MAF) H-01." This announcement is to solicit for the award of a Firm Fixed Price Services Contract. This acquisition is subject to the North American Industry Classification System (NAICS) code of 541380 and the Standard Industry Classification (SIC) code of 8734, with a size standard of $14M. This solicitation will be posted for 15 days with an award date to be determined once funding is available. Interested parties should register online and subscribe to receive procurement announcements related to this solicitation by entering the website at http://www.fbo.gov. Potential offerors are responsible for monitoring this site for release of any modification to this synopsis/modification. To be eligible for contract award, offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website at http://www.ccr.gov. Contractors must also submit their Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. There will not be paper copies of this solicitation available. All solicitation information may be obtained through http://www.fbo.gov. The Government will not reimburse any interested parties for monies spent to provide a response to this notice. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 01-13. Contractor must submit drawings showing the proposed boring size, location, depth, and test/classification start and stop points and increments as well as vertical sand drain/observation well plan and sealing of holes. Contractor is responsible for accomplishing all work in accordance with the Statement of Work dated 11 April 2012 Contract Specifications and Drawings, Manufacturer's written recommendations, and all applicable building codes, standards and practices in the industry. Contractor is also responsible for complying with the Nebraska Department of Environmental Quality, and the Environmental Protection Agency Region 7 or 8 Office in Denver for any National Pollutant Discharge Elimination System (NPDES) Construction General Permit. If permit is not required by State or Federal agency with jurisdiction on federal sites, Contractor shall provide written documentation referencing reason for waiver. 17. EVALUATION CRITERIA: Offerors will be evaluated based on the lowest price technically acceptable. Technical acceptability will be evaluated based on the following factors: A. Knowledge and experience in geotechnical engineering within the last five years. B. Offerors will submit as part of the offer the education, training, registration, certificates, overall and relevant experience, and longevity with the firm of the key management and technical personnel to be assigned to the contract. 18. PLACE OF CONTRACT PERFORMANCE: F.E. Warren AFB, Cheyenne, WY 82005 20. SET-ASIDE STATUS: 100% Set Aside Small Business. This Request for Quotation incorporates the following provisions and clauses: Their full text may be accessed electronically at http://www.arnet.gov/far/. Upon request, the Contracting Officer will make their full text available. FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingency Fees, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-3 Gratuities; FAR 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity; FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-2 Security Requirements; FAR 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1 Instructions to Offerors- Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-6 Authorized Deviations in Clauses; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; DFARS 252.204-7004 Alt A Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; AFFARS 5352.201-9101 Ombudsman; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; 52.216-24 Limitation of Government Liability; FAR 52.222-1 Notice to the Government of Labor Disputes; FAR 52.222-4 Contract Work Hours and Safety Standards Act-Overtime Compensation; FAR 52.222-20 Walsh-Healey Public Contracts Act; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug-Free Workplace; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; FAR 52.232-1 Payments; FAR 52.232-18 Availability of Funds; FAR 52.243-4 Changes; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.244-6 Subcontracts for Commercial Items; QUOTES ARE DUE NOT LATER THAN NOON, MOUNTAIN DAYLIGHT TIME, May 15, 2012. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. This announcement and written request for quote constitutes the only "Request for Quote" that will be made for this requirement. Electronic quotes are now being accepted vie e-mail: richard.sainterose@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94708bc8873ab054cdd71f19497e0c3e)
 
Place of Performance
Address: 7505 BARNES LOOP, BUILDING 208, F.E. WARREN AFB, WY, Cheyenne, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN02735393-W 20120503/120501235125-94708bc8873ab054cdd71f19497e0c3e (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.