Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2014 FBO #4548
SOLICITATION NOTICE

F -- W912DW-14-Q-0041 - Installation of E-zone Groundwater Monitoring Wells at the McCormick and Baxter Superfund Site in Stockton, California

Notice Date
5/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-14-Q-0041
 
Response Due
6/6/2014
 
Archive Date
7/6/2014
 
Point of Contact
Adam M. Birkland, 206-764-3203
 
E-Mail Address
USACE District, Seattle
(adam.m.birkland@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation. Solicitation No. W912DW-14-Q-0041 is being issued as a Request for Quotes (RFQ) with the intent to award as a commercial acquisition. This procurement is 100% small business set-aside. Quotes will NOT be accepted from firms that are not a small business. For additional guidance on small business standards, please visit www.sba.gov. The NAICS Code for this procurement is 541690 with a size standard of $14,000,000.00. The U.S. Army Corps of Engineers (USACE) Seattle District has a requirement for Installation of E-zone Groundwater Monitoring Wells at the McCormick and Baxter Superfund Site in Stockton, California. This procurement may be quoted as follows: Base Items: Line Item 0001 Supplies/Services: Mobilization and Demobilizatoin, Unit: JOB, Quantity: 1, Unit Price: $_______, Total Price Line Item 0001: $_________ Line Item 0002 Supplies/Services: Drill 8-inch Borings up to 300 Feet Depth, Quantity: 2, Unit: EA, Unit Price: $_______, Total Price Line Item 0002: $_________. Line Item 0003 Supplies/Services: Collect Groundwater Grab Samples from Inside Temporary Cased Borings (3 per Boring x 2 Borings), Quantity: 6, Unit: EA, Unit Price: $_______, Total Price Line Item 0003: $_________. Line Item 0004 Supplies/Services: C Install and Develop 4-inch Monitoring Wells, Quantity:2, Unit: EA, Price: $_______, Total Price Line Item 0004: $_________. Line Item 0005 Supplies/Services: Well Survey, Quantity: 1, Unit: JOB, Price: $______, Total Price Line Item 0005: $_________. Option Items Line Item 0006 Supplies/Services: Drill 8-inch Boring up to 300 Feet Depth, Quantity: 2, Unit: EA, Price: $______, Total Price Line Item 0006: $_________. Line Item 0007 Supplies/Services: Install and Develop 4-inch Monitoring Wells, Quantity: 2, Unit: EA, Price: $______, Total Price Line Item 0007: $_________. Line Item 0008 Supplies/Services: Decommission Boring up to 300 Feet Depth, Quantity: 1, Unit: EA, Price: $______, Total Price Line Item 0008: $_________. Line Item 0009 Supplies/Services: Standby Time, Quantity: 20, Unit: Hours, Price: $______, Total Price Line Item 0009: $_________. Line Item 0010 Supplies/Services: IDW Disposal, Each 55-Gallon Soil Drum Containing Hazardous Waste (off-site disposal), Quantity: 5, Unit: EA, Price: $______, Total Price Line Item 0010: $_________. Line Item 0011 Supplies/Services: IDW Disposal, Each 55-Gallon Soil Drum Containing Hazardous Waste (off-site disposal), Quantity: 5, Unit: EA, Price: $______, Total Price Line Item 0011: $_________. Line Item 0012 Supplies/Services: IDW Disposal, Each 55-Gallon Soil Drum Containing Non-Hazardous Waste (off-site disposal), Quantity: 15, Unit: EA, Price: $______, Total Price Line Item 0012: $_________. Line Item 0013 Supplies/Services: IDW Disposal, Each 55-Gallon Soil Drum Containing Hazardous Waste (off-site disposal), Quantity: 5, Unit: EA, Price: $______, Total Price Line Item 0013: $_________. SEE THE COMPLETE PERFORMANCE WORK STATEMENT PROVIDED AS AN ATTACHED FILE. Also review the attached Service Wage Determination that will be applicable to this contract. The contractor shall provide all labor, equipment and materials to complete the Installation of E-zone Groundwater Monitoring Wells at the McCormick and Baxter Superfund Site in Stockton, California as described in the Performance Work Statement. DESCRIPTIVE LITERATURE: In addition to submitted price proposals, offerors must submit descriptive literature to describe the products offered to meet the requirements of the Performance Work Statement. The Government will use the descriptive literature to verify before award that products and services offered meet the specifications. The following descriptive literature shall be required: 1)Make and model of rotosonic drill of sufficient size and power capable of advancing nominal 8-inch steel casing to 300 feet in depth through the interlayered sands, silts and clays present at the site. Provide product cut sheets, brochures, drawings or illustrations, or otherwise detail all pertinent drill specifications to meet this requirement. 2)Detailed product and procedural information regarding means of collecting groundwater formation grab samples from borehole as detailed in the PWS. Provide product cut sheets, brochures, drawings or illustrations, or otherwise detail all pertinent groundwater sampling device(s) specifications to meet this requirement. 3)Provide employee names, state drilling license numbers, and license expiration dates of all potential drillers licensed in the State of California who may be utilized for this project. If licenses expire before the anticipated Period of Performance, state intent to renew applicable licenses to cover the entire Period of Performance. 4)State intent to obtain drilling start cards, pay applicable fees, and comply with applicable State of California regulations pertaining to boring and well installations, including DWR 74-81 and DWR 74-90. 5)Provide proof of up-to-date Hazardous Waste Operations and Emergency Response (HAZWOPER) training certification for all site workers who may be utilized for this project. If HAZWOPER certification will expire before the anticipated Period of Performance, state intent to renew applicable certification to cover the entire Period of Performance. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil or http://www.acq.osd.mil/dpap/dars/dfarpgi/current/index.html. FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) The following Clauses are also applicable to this acquisition: DFARS 252.209-7001; Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. PROPOSAL SUBMISSION REQUIREMENTS Offerors are required to submit proposals reflecting the bid schedule and information required above. The submission of false or misleading information shall be grounds for disqualification of the proposal. If you are not registered in Systems for Award Management (SAM), an award may not be made to your company; however, you shall initiate registration before the date proposals are due. If at the time of award your organization is not fully registered in SAM, your organization will be removed from consideration. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals shall be submitted electronically and are due Friday, June 6, 2014, not later than 2:00 p.m. local time to Contracting Specialist Adam Birkland at address Adam.M.Birkland@usace.army.mil. REQUESTS FOR INFORMATION AND QUESTIONS REGARDING THIS SOLICITATION MUST BE IN WRITING AND SHALL BE EMAILED TO Adam Birkland at Adam.M.Birkland@usace.army.mil. PLEASE ENSURE YOUR EMAIL IS MARKED RFI FOR SOLICITATION W912DW-14-Q-00041. Deadline for RFIs is Tuesday, June 3, 2014 at 2:00 p.m. PLEASE SEE THE COMPLETE PERFORMANCE WORK STATEMENT PROVIDED AS AN ATTACHED FILE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-14-Q-0041/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03358027-W 20140508/140506234548-078f6315f9a2092bd367e844532f1232 (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.