Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2016 FBO #5459
MODIFICATION

99 -- Plum Island Remediation Services

Notice Date
11/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Plum Island Animal Disease Center, 40550 Route 25, Orient Point, New York, 11957-1130, United States
 
ZIP Code
11957-1130
 
Solicitation Number
HSHQPD-17-Q-00002
 
Archive Date
12/9/2016
 
Point of Contact
Kimberly O'Neill, Phone: 6313233346
 
E-Mail Address
kimberly.oneill@st.dhs.gov
(kimberly.oneill@st.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation IAW FAR 12.6 & 13.5 (i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.603(c)(2), as supplemented with additional information included in this notice and in accordance with FAR Part 13.5 Simplified Procedures for Certain Commercial Items. (ii) This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The United States Department of Homeland Security (US DHS) has a requirement for a Firm Fixed Price (FFP) type contract with some Time & Material (T&M) Contract Line Item (CLIN)'s. DHS is requesting a FFP type quotations for CLIN's 0001, 1001, 2001, 3001, 4001 and T&M type quotations for CLINs 0002, 1002, 2002, 3002, 4002, 0003, 1003, 2003, 3003, & 4003 for the supply and delivery of remediation services for the Plum Island Animal Disease Center (PIADC) in New York. (ii) The solicitation number is HSHQPD-17-Q-00002 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. (iv) This requirement is set-aside for small business. NAICS Code: 562910, Remediation Services Small Business Size Standard: 750 Employees (v) List of contract line item number(s) and items, quantities and units of measure: Contract Line Item (CLIN)s: Delivery will be coordinated with the Contracting Officer's Representative (COR), Tom Dwyer, or designee. CLIN Structure CLIN DESCRIPTION 0001 Base Year: Monthly Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (12/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 0002 Base Year: Contingency Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (not-to-exceed 6/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 0003 Base Year: Misc. repairs, parts, equipment (not-to-exceed $10,000/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.2.2. 1001 Option Year 1: Monthly Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (12/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 1002 Option Year 1: Contingency Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (not-to-exceed 6/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 1003 Option Year 1: Misc. repairs, parts, equipment (not-to-exceed $10,000/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.2.2. 2001 Option Year 2: Monthly Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (12/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 2002 Option Year 2: Contingency Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (not-to-exceed 6/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 2003 Option Year 2: Misc. repairs, parts, equipment (not-to-exceed $10,000/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.2.2. 3001 Option Year 3: Monthly Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (12/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 3002 Option Year 3: Contingency Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (not-to-exceed 6/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 3003 Option Year 3: Misc. repairs, parts, equipment (not-to-exceed $10,000/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.2.2. 4001 Option Year 4: Monthly Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (12/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 4002 Option Year 4: Contingency Maintenance & Monitoring Site Visit: Equipment Maintenance, Well gauging, Tank inspection (not-to-exceed 6/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.1.1. 4003 Option Year 4: Misc. repairs, parts, equipment (not-to-exceed $10,000/yr.) in accordance with Statement of Work, v2, 10.06.2016, 2.2.2. (See CLIN Structure in Attachment 4, Cost/Bid Table) ESTIMATED DELIVERY SCHEDULE Summary and Schedule of Deliverables The Contractor shall provide the COR with the deliverables listed below. Deliverable(s) Due Date Format Monthly Site Inspection Reports End of each monthly site visit One (1) hardcopy to EPO, one in binder at remediation shed. Quarterly Monitoring Reports End of each Quarterly Monitoring site visit One (1) hardcopy to EPO, one in binder at remediation shed. Annual Report (Draft) August 10th One (1) electronic set in MS Word (text), Excel (tables) and.pdf (figures) Annual Report (Final) August 31st Two (2) bound hardcopies and one (1) electronic (*.pdf) copy (See Summary of Deliverables in Attachment 2, SOW, Section 3.0) (vi) Description of requirements for the items to be acquired: See Attachment 2: Statement of Work (SOW), v3, 11.01.2016 (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Applicable deliveries shall be F.O.B. Destination to: Dept. of Homeland Security Plum Island Animal Disease Center Plum Island Warehouse 40550 Route 25 Orient Point, NY 11957 Attn: Tom Dwyer (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The resultant purchase order will be awarded based on the offer that represents the Best Value to the Government using simplified acquisition procedures in accordance with FAR 13.106. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) No other additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) have been determined to be necessary for this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating is None. (xiv) The date, time and place offers are due. All responsible sources may submit a quotation to kimberly.oneill@st.dhs.gov, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration/System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Thursday, November 24, 2016 at 11:00 a.m., Eastern Standard Time. No exceptions. Late offers will not be considered. Quotes must be submitted electronically to kimberly.oneill@st.dhs.gov (only) (xv) The name and telephone number of the individual to contact for information regarding the solicitation. Attachments Include: Attachment 1: Addenda (Clauses) Attachment 2: Statement of Work, v2, October 6, 2016 Attachment 3: Fuel Remediation Forms Attachment 4: Cost Bid Table (Fill-in) Attachment 5: Visitor Authorization Control Policy Attachment 6: Wage Determination Potential Offeror Questions Question 1: The web link is missing the 7th attachment - Evaluation Criteria, although it is listed on page 5, Section 5.0 of the SOW. If it was not removed, could you please forward? Government Response: Attachment 7 was removed as not required when using FAR Part 13. There is no Attachment 7. Question 2: The reference to the annual report differs in two sections. Section 2.1.4 states it is due in August and the table in Section 3 says the annual report due in November. Which would be the correct date? Government Response: If the contract is awarded in November it will be annually due in November. Question 3: It is also not clear how many functioning recover wells are present...are there any sample monitoring sheets and/or site maps showing current conditions (# of pumps, locations of wells...) Government Response: See "Remediation System Checklist" in Attachment 3's Fuel Remediation Forms. Question 4: There is reference to bi-weekly visits (in Section 2.1.2), but Section 2.1.1 clearly stated the LNAPL recovery events are monthly. Is this a typo? Government Response: Yes, this is a typo. See revised SOO attached. Question 5: Do all of the costs associated with the security authorization orientation, extended time requirements due to restrictions on freedom of movement at the Site (for well access) and similar Site restrictions have to be rolled into the unit costs? Government Response: Yes Question 6: Are SWAC cards going to be required for personnel who will be accessing the Site? Government Response: No Question 7: Do you have an outline structure for the proposal, or will it be considered a Responsive Bid solely with the submission of the spreadsheet? Government Response: Responsive Bid solely with the submission of the spreadsheet Question 8: Could you please confirm the proposal due date / time (24 November 2016) since it corresponds with the Thanksgiving holiday? Government Response: See revised due date on FBO (due 11/28/2016, 11:00 am EST). Question 9: Is there a date beyond which you will no longer receive / answer any other questions related to this solicitation? Government Response: By COB November 20, 2016 to kimberly.oneill@st.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/PIADC/HSHQPD-17-Q-00002/listing.html)
 
Record
SN04317585-W 20161103/161101234543-96a4bcc94a0e93a20d9ccd76157af8cc (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.