|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1998 PSA#2212Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth, VA,
23705-0215 P -- PROVIDE SERVICES TO TRANSPORT AND DISPOSE OF 5,700 TONS OS SOIL
CONTAMINATED WITH TRPH FROM CECIL FIELD, NAVAL AIR STATION,
JACKSONVILLE, FL TO A SUBTITLE "C" LANDFILL SOL N62678-99-R-0029 DUE
112798 POC John Martin (757) 396-5041 ext 451 FAX (757) 396-7176 This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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
announcement/solicitation is issued as N62678-98-R-0029 and
incorporates provisions and clauses effective through Federal
Acquisition Circular 97-03. This acquisition is unrestricted and the
Standard Industrial Classification (SIC) is 8744. The Small Business
Size Standard is 500 employees. Contract Line Item (CLIN) 0001: UNIT OF
ISSUE= Tons, QUANTITY= 5,700. DESCRIPTION: The contractor shall haul
away and dispose of 5,700 tons of soil contaminated with non hazardous
TRPH (Total Recoverable Petroleum Hydrocarbon) 1. Disposal of soil:
The contractor shall provide all supervision, labor and equipment to
haul away soil contaminated with TRPH. 1.1 The soil will be removed
from the ground by the Government from Site 7 at Cecil Field Naval Air
Station, Jacksonville, FL. 1.2 When designated by the Government, the
contractor shall provide at the designated site appropriate dump
trucks, covered and contained, to be filled by the Government. The
contractor shall then haul the soil away. 1.3 Soil shall be disposed of
in a Subtit;e "D" Landfill or treatment facility of the contractors
choice. The treatment facility must be licensed for all applicable
state, federal and local requirements. 1.4 A "Ceritficate of Disposal
and/or Recycling" will be required from the Subtitle "D" Landfill or
treatment facility. 1.5 The contractor shall provide all permits, fees,
placards, labels and manifest for proper disposal as required by local,
state and federal regulations. 2. Scheduling: Work on this contract
shall commence on or about December 7, 1998. The total time estimated
to complete all removal of contaminated soil is 6 days. 2.1 The
Government will work from 7:00 AM to 7:30 PM Monday through Sunday,
including federal holidays or as supported by the Landfill.. The
contractor will be required to work the same schedule. 2.2 The
contractor shall conform to all federal, state and local laws and
regulations regarding transportaion of materials. 2.3 The contractor
shall have the capability to remove a minimum of 950 tons of soil per
day. If the Government experiences delays in loading contractor trucks
in excess of 1 hour, and if such delays are caused by the contractor
failing to provide the capability to remove 950 tons of soil per day,
then the contractor shall pay to the Government, the sum of $476.00 per
hour delay beyond the initial hour of delay for each day. 2.4 Delays,
or demurrage charges, of less than 1 hour caused by the contractor
having to wait on the Government for loading or other purposes will not
be compensable. Any delay over 1 hour must be documented in order to be
compensable. 3. The contractor shall provide copies of weight receipts
for each load. Receipts will contain at a minimum the following
information: date, time, truck number and scale weights. 4. The
contractor's representative shall ensure proper loading of the trucks,
therefore any load fines shall be the contractor's responsibility. 5.
The quantity of contaminated soil of 5,700 tons is based on an
engineering estimate. The Charleton Detachment of SUPSHIP, Portsmouth,
in conjunction with controlling requlatory bodies will determine the
actual quantity of contaminated soil that needs to removed. Once the
extent of contaminated soil required to actually be removed is
determined, the Contracting Officer shall notify the Contractor. If the
actual quantity removed is more or less than 950 tons, than the
Contracting Officer will make an equitable adjustment in the total
contract price to reflect increased or decreased quantities actually
required to be removed. The equitable adjustment shall be based on the
fixed unit (per ton) price offered by the Contractor. 6. The following
types of insurance are required in accordance with the clause entitled
"Insurance -- Work on a Government Installation" (FAR 52.228-5) and
shall be maintained in the minimum amounts shown: 6.1 Comprehensive
General Liability: $500,000 per person and $1,000,000 per accident for
bodily injury. 6.2 Automobile Insurance: $500,000 per person and
$1,000,000 per accident for property damage. 6.3 Standard Workmen's
Compensation and Employer's Liability Insurance in the minimum amount
of $100,000. The following clauses/provisions form the FAR are
incorporated by reference: 52.212-1 Instructions to
Offerors-Commerical; 52.212-2 Evaluation-Commercial Items, The
Government will award to the responsible offeror whose offer conforming
to the solicitation will be the lowest total price to the Government.
52.212-4 Contract Terms and Conditions- Commercial Items; 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commerical Items paragraph (a), (b) (6) (7) (8) (9)
and (c) (1). In addition, anyone responding to this solicitation must
provide with their response a completed copy of the 52.212-3 Offeror
Representations and Certifications -- Commercial Items. (Note: FAR text
is available through the World Wide Web at: http://www.arnet.gov/far/)
The closing date for receipt of proposals is November 27, 1998 at 2:00
PM local time. Mail proposals to: Supervisor of Shipbuilding C&R, USN,
P. O. Box 215, NNSY- Bldg. 15, 2nd Floor, Code 420JM, Portsmouth, VA
23705-0215. For more information regarding this solicitation contact
(757) 396-5041 ext 451. Posted 10/28/98 (W-SN266240). (0301) Loren Data Corp. http://www.ld.com (SYN# 0048 19981030\P-0002.SOL)
P - Salvage Services Index Page
|
|