|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1999 PSA#2298Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth, VA,
23705-0215 99 -- PROVIDE 20,000 CUBIC YARDS OF CLEAN SOIL TO THE FORMER NAVAL
TRAINING CENTER AND MCCOY ANNEX, ORLANDO, FL SOL N62678-99-R-0137 DUE
040299 POC John Martin (757) 396-5041 ext. 451 FAX (757) 396-7176 This
is a combination synopsis/solicitation for commercial items prepared
in accordance with format in FAR subpart 12.6, as supplemented with
additional informatioin included in this notice. This announcement
constitutes the only solicitation; Proposals are being requested and a
written solicitation will not be issured. This
announcement/solicitation is issued as N62678-99-R-0137 and
incorporates provisions and clauses effective through Federal
Acquisition Circular 97-03. This acquisition is a Small Business
Set-Aside and the Standard Industrial Classification (SIC) is 8744. The
Small Business Size is 500 employees. Contract Line Item Number (CLIN)
0001: Unit = Cubic Yards, Quantity = 20,000. Description: Provide
clean soil to the former Naval Training Center Orlando and McCoy Annex,
Orlando, FL. Statement of Work: 1. Delivery of the clean soil: The
contractor shall provide all supervision, labor, and equipment to
deliver clean soil. 1.1 The clean soil will be delivered to the former
Naval Training Center Orlando and McCoy Annex, Orlando, FL. The soil
will be delivered to numerous locations on both of the facilities. 1.2
When designated by the government, the contractor shall provide at the
designated site appropriate dump trucks with the clean soil. The travel
route on and off the base will be designated by the government on-site
representative. 1.3 The contractor shall provide all permits, fees,
placards, labels and manifest for proper transport as required by
local, state and federal regulations. 2. Scheduling of Work: Work on
this contract shall commence on or about May 3, 1999. The total time to
complete all transport of the soil is approximately 23 days. 2.1 The
government will work from 7:00 AM to 7:30 PM, Monday through Sunday.
The contractor will be required to work the same schedule when soil is
required. 2.2 The government will give the contractor advance notice
of the time, precise place and number of truckloads of clean soil
needed. Notice will be provided prior to 4:00 PM on the day prior tothe
required hauling. 2.3 The contractor shall have the capability to
deliver a minimum of 1,600 cubic yards of soil per day. If the
government experiences delays in the delivery of the clean soil, and if
such delays are caused by the contractor failing to provide the
capability to deliver 1,600 cubic yards per day, then the contractor
shall pay to the government, the sum of $250.00 per hour delay beyond
the initial hour of delay for each day. The on-site government
representative will coordinate the number of expected loads each day
with the contractor. The contractor shall comply to all federal, state
and local laws and regulations regarding transportation of materials.
2.4 Delays or demurrage charges, of less thatn 1 hour caused by the
contractor having to wait on the Government for unloading or other
pruposes will not be compensable. Any delay over 1 hour must be
documented in order to be compensable. 3. The contractor shall provide
copies of delivery receipts for each load. Receipts will contain as a
minimum the following information: date, time, truck number, and
volume of clean soil delivered. 4. The quantity of clean soil of 20,000
cubic yards is based on an engineering estimate. The Charleston
Detachment of SUPSHIP, Portsmouth in conjunction with controlling
regulatory bodies will determine the actual quantity of clean soil
requried. Once the extent of clean soil required is determined, the
Contracting Officer shall notify the Contractor. If the actual quantity
provided is more or less than the 20,000 cubic yards, then the
Contracting Officer will make an equitable adjusment in the total
quantity actually required. The equitable adjustment shall be based on
the fixed unit (per cubic yard) price offered by the contractor. 5.
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: 5.1
Comprehensive General Liability: $500,000 per person and $100,000 per
accident for bodily injury. 5.2 Automoible Insurance: $500,000 per
person and $1,000,000 per accident for property damage. 5.3 Standard
Workmen's Compensation and Employer's Liability Insurance in the amount
of $100,000. 5.4 General Insurance: $2,000,000 per incident. The
following clause/provisions from the FAR are incorporated by reference:
52.212-1 Instructions to Offerors -- Commercial; 52.212-2 Evaluation --
Commercial Items, The Government will award to the responsibile 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 the solicitation must complete the 52.212-3 Offeror Representations
and Certifications -- Commercial Items. (Note: FAR text is availabe
through the World Wide Web at http://www.arnet.gov/far/). The closing
date for receipt of proposals is April 2, 1999 at 2:00 PM Eastern Time.
Mail proposals to: Supervisor of Shipbuilding, C&R, USN, P.O. Box 215,
NNSY, Building 215, 2nd Floor, Portsmouth, VA 23705-0215. Proposals
submitted by FAX will not be considered. Posted 03/04/99 (W-SN304694).
(0063) Loren Data Corp. http://www.ld.com (SYN# 0412 19990309\99-0004.SOL)
99 - Miscellaneous Index Page
|
|