Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOLICITATION NOTICE

S -- Leech Lake Septic Services - W912ES-16-T-0038 - Leech Lake Septic Services

Notice Date
1/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-16-T-0038
 
Archive Date
3/8/2016
 
Point of Contact
Laura D. Nabity, Phone: 651-290-5406
 
E-Mail Address
laura.d.nabity@usace.army.mil
(laura.d.nabity@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services 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; quotations are being requested and a separate written request for quotations will not be issued. This requirement is for Septic Services at the Leech Lake Dam and Recreation Area located near Federal Dam, Minnesota in Cass County, MN. The contractor shall furnish all necessary certificates, licenses, labor, equipment, fuel, supplies, materials, and transportation to service the Corps owned Sewage Treatment Plant (STP), lift station manhole, fish waste septic tank, office septic tank, and vault toilets located on Corps of Engineers Leech Lake Dam and Recreation Area. NOTES TO OFFERORS This is a 100% Small Business Set-Aside solicitation. The Contractor's quote shall contain sufficient information so that the U.S. Army Corps of Engineers (USACE) can determine that the vendor has a clear understanding of the requirements. The Contractor should be prepared to defend any discrepancies between the price quoted and a fair and reasonable estimate prepared by the Government. NAICS CODE: 562991 Business Size Standard: $7,500,000.00 All potential vendors are encouraged to make a site inspection prior to quote submittal. Site visits can be arranged Monday through Friday from 8:00 am to 4:00 pm by contacting Resource Manager Timm Rennecke at 218-654-3145. To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial services. Submit an electronic proposal to Laura.D.Nabity@USACE.army.mil You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. As a department of the Federal Government of the United States the U.S. Army Corps of Engineers is a tax-exempt organization. Certificate of Exemption number is 62-1642124. Quote Preparation Instructions 1. Contractors shall complete blocks 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall complete and submit the CLIN Item numbers. (pages 3-15 by inserting proposed Unit price and Total price for each CLIN item. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. Total price includes all materials, equipment, supplies, labor, supervision, training, and transportation in performing the specifications required by the statement of work. 3. Quoters shall provide all technical submittals and information as requested in these specific instructions and the Statement of Work (ex - ACORD Certificate of Liability Insurance, Cass County Certification, MPCA Certification, the land disposal site approval document and certification, and the name and location of the WWTF from which the seed sludge will be purchased. The disposal site location should state the name and address or GPS coordinates of the site.) 4. Prior to award contractor must be registered with the System for Award Management System (SAM) database at https://www.sam.gov. Failure to provide all sufficient documentation for environmental regulation compliance with submitted quote will be considered nonresponsive and disqualify the quote from selection/consideration. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." If vendors have not completed the FAR and DFARS Representation and Certification section in SAM, they must complete and return a copy of the DFARS 252.209-7991 Deviation clause and return it with their quote package. DFARS 252.209-7991 is incorporate by FULL TEXT in this solicitation, under the Clause and Provision section. Exchanges with Offerors after Receipt of Offers/Quotes/Proposals Contractors may be asked to clarify certain aspects of their offer/quote/proposal. Clarification conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for revision. The Government intends to award a single contract without discussions with respective contractors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Required items and specifications are listed in Schedule of Items and Statement of Work. OFFEROR SHALL BE REGISTERED IN SAM (System for Award Management) https://www.sam.gov to include the FAR and DFARS Representations and Certifications (Reps & Certs) sections with the NAICS code applicable to the solicitation. For assistance with SAM, please contact: 1. SAM by GSA Hours of Operation: Monday - Friday 8am to 8pm ET, U.S. Calls 866-606-8220, Service desk website: http://www.fsd.gov/ 2. Minnesota PTAC (Procurement Technical Assistance Center), www.mnptac.org 612-332-6332, mnptac@mnptac.org. Deadline for quote submissions is 22 February 2016 at 10:00 AM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-T-0038/listing.html)
 
Place of Performance
Address: Leech Lake Dam and Recreation Area, 01217 Federal Dam Dr NE, Federal Dam, Minnesota, 56641, United States
Zip Code: 56641
 
Record
SN04005152-W 20160131/160129234522-25c1e41f94cdaaaf57c8ad41c4175bab (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.