Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1999 PSA#2298

Supervisor 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