|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1999 PSA#2501Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad
Ave, Boulder City, NV 89005-2422 S -- PUMP AND TRANSPORT WASTEWATER/SLUDGE FROM 2 HOOVER DAM
EVAPORATION PONDS AND EMPTY INTO THE BOULDER CITY SEWAGE TREATMENT
PONDS. SOL 00SQ307370 DUE 010300 POC Deborah M. Marcus, Contract
Specialist, (702)293-8514 or fax (702)293-8050. WEB: Bureau of
Reclamation's Contracting site,
http://www.lc.usbr.gov/~g3100/svc7370.html. E-MAIL:
demarcus@lc.usbr.gov, demarcus@lc.usbr.gov. This is a combined
synopsis/solicitation for commercial services, non-personal, 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; quotations are being requested and
a written solicitation will not be issued. Solicitation number
00SQ307370 is hereby issued as a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-14. The Standard
Industrial Classification (SIC) code is 4212 and the small business
size standard is $6 million. Simplified Acquisition procedures will be
used for this acquisition. This acquisition is unrestricted. All
responsible sources may submit a quotation which will be considered by
the Government. DESCRIPTION OF THE WORK. Pump and transport
wastewater/sludge from the 2 Hoover Dam evaporation ponds to the
Boulder City sewage treatment ponds. The Hoover Dam evaporation ponds
are located approximately 1 mile from Hoover Dam in Mohave County,
Arizona. The Boulder City Sewage treatment ponds are located off of
Buchanan Boulevard in Boulder City, Clark County, Nevada. The
Contractor shall supply all labor, equipment, travel, vehicles,
materials, transportation, supervision, documentation, and supplies to
pump excess wastewater/sludge from the evaporation ponds at Hoover Dam
and transport to the Boulder City sewage treatment ponds. All the
wastewater/sludge will be pumped into the Boulder City sewage treatment
ponds. The trucks used in the performance of the contract shall be
capable of pumping from the Hoover Dam evaporation ponds and emptying
into the Boulder City sewage treatment ponds without assistance from
either the Bureau of Reclamation or the City of Boulder City. The
capacity of the two evaporation ponds at Hoover Dam is approximately
450,000 gallons each. Phase 1: Approximately 400,000 gallons need to be
pumped, transported, and emptied into the Boulder City sewage treatment
ponds by February 15, 2000. Award is anticipated no later than January
6, 2000. The Boulder City sewage treatment ponds are open Monday
through Thursday from 7 a.m. to 4 p.m. and on Friday morning from 7
a.m. to 10 a.m. OPTIONS 1 THROUGH 4. The Government may exercise
Options 1 to 4 of the following options. The period of performance for
Options 1 through 4 shall be from February 16, 2000 through June 30,
2000. Requirements for Options 1 through 4: The Contractor shall begin
work within 24 hours to 48 hours after notification that an option is
to be exercised and shall complete all work within 15 calendar days
after commencement. Option 1: Pump, transport, and empty 150,000
gallons of wastewater/sludge from the Hoover Dam evaporation ponds into
the Boulder City sewage treatment ponds. Option 2: Pump, transport, and
empty 150,000 gallons of wastewater/sludge from the Hoover Dam
evaporation ponds into the Boulder City sewage treatment ponds. Option
3: Pump, transport, and empty 150,000 gallons of wastewater/sludge
from the Hoover Dam evaporation ponds into the Boulder City sewage
treatment ponds. Option 4: Pump, transport, and empty 150,00 gallons of
wastewater/sludge from the Hoover Dam evaporation ponds into the
Boulder City sewage treatment ponds. Requirements for Phase 1 and
Options 1, 2, 3, and 4: It is recommended that the work be performed in
the early morning hours of each day. Heavy traffic and other conditions
may cause delays of up to 1 hour each way at the Hoover Dam evaporation
ponds. The Contractor shall submit a work plan for accomplishing the
work in the required time frame to the Contracting Officer's
Representative (COR) for approval. Prior to commencing work on the
contract, the Contractor shall meet with the designated representatives
from the City of Boulder City and the Bureau of Reclamation to
establish arrangements for the work. The wastewater/sludge from the
Hoover Dam evaporation ponds has been analyzed and is classified as
sanitary sewerage. A record for each trip, listing the date and time of
the trip and the number of gallons of wastewater/sludge collected,
shall be provided to the Manager for Water and Wastewater operations
weekly. The Contractor shall meter all the wastewater/sludge collected
from the Hoover Dam evaporation ponds. A certified invoice shall be
submitted monthly to the designated invoice address. The Contractor
must possess all the licenses and certifications required to transport
and pump this type of waste and will furnish copies to the Contracting
Officer. Award will be made to the RESPONSIBLE quoter submitting the
LOWEST responsive quotation. Quotes will be evaluated on the prices for
Phase1 and all options. The quoter may offer varying prices for the
options. Item 001, price per gallon, provide the price per gallon for
the work for Phase 1. PLEASE NOTE: the price per gallon shall reflect
all costs for the work, including labor, travel, equipment, vehicles,
supervision, materials, supplies, and documentation for Phase 1. Option
1, price per gallon, provide the price per gallon for the work for
Option 1. Option 2, price per gallon, provide the price per gallon for
the work for Option 2. Option 3, price per gallon, provide the price
per gallon for the work for Option 3. Option 4, price per gallon,
provide the price per gallon for the work for Option 4. PLEASE NOTE:
the price per gallon shall reflect all costs for the work for EACH
individual option, including labor, travel, equipment, vehicles,
supervision, materials, supplies, and documentation. To view the work
site, please contact Mr. Bill Sharp at (702)293-8378. The following
provisions and clauses apply to this acquisition: FAR 52.212-1,
Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items (offerors shall
provide a completed copy of this provision at 52.212-3 with their
quotation); FAR 54.212-4, Contract Terms and Conditions Commercial
Items with the following clause incorporated by addendum: FAR 52.247-34
F.O.B. Destination; FAR 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders-Commercial Items with the
following applicable FAR clauses for paragraph (b): 52.222-21
Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity;
52.222-35 Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; 52.222-36 Affirmative Action for Workers with
Disabilities; 52.222-37 Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era; 52.225-9 Buy American Act Trade Agreements
Act Balance of Payments Program; 52.232-34 Payment by Electronic Funds
Transfer Other than Central Contractor Registration; for paragraph (c)
52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement
of Equivalent Rates for Federal Hires; and 52.222-44 Fair Labor
Standards Act and Service Contract Act Price Adjustment. FAR 52.217-5
Evaluation of Options and 52.237-2 Protection of Government Buildings,
Equipment, and Vegetation are incorporated by reference. U.S.
Department of Labor Wage Determination No. 94-2331, Revision No. 13,
Dated 7/23/1999 is incorporated into this quotation and the resulting
contract. Wage Determination No. 94-2331 can be accessed at this Bureau
of Reclamation site: http://www.lc.usbr.gov/~g3100/svc7370.html or
contact the Contracting Officer at (702)293-8514 (telephone) or fax
(702)293-8050 to request a copy of this wage determination. The
Contractor must have standard commercial liability insurance and will
furnish copies to the Contracting Officer prior to commencing work.
Offerors shall submit quotes by fax to (702)293-8050 or by mail to the
Bureau of Reclamation, P.O. Box 61470, Attn: LC-3131, Boulder City, NV
89006-1470 or to the street address: Bureau of Reclamation, 400
Railroad Avenue, Attn: LC-3131, Boulder City, NV 89005 (Federal
Express, etc.). Oral quotes will not be accepted. Quotations are due by
COB January 3, 2000. Quoters will furnish recent references for similar
work with their quote. Each reference must contain a point of contact,
the applicable telephone number, and the job or reference number of
the project. The Contracting Officer reserves the right to request
additional information needed to make an affirmative determination of
responsibility. (Reference FAR 9.104 and FAR 9.105). Upon request, this
office will provide the full text of the FAR and Reclamation provisions
and clauses listed herein. The full text of a FAR provision or clause
my be accessed electronically at this address:
http://www.arnet.gov/far/ Contractors are encouraged to review the CBD
from time to time to obtain the current information available such as
amendments to this synopsis/solicitation. For questions relating to
this Request for Quotation, please contact the Contracting Officer by
telephone, (702)293-8514 or fax (702)293-8050 rather than by email.
Posted 12/20/99 (W-SN410127). (0354) Loren Data Corp. http://www.ld.com (SYN# 0070 19991222\S-0007.SOL)
S - Utilities and Housekeeping Services Index Page
|
|