Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS

Z -- WATER MEDIA REPLACEMENT/REMOVAL SERVICES

Notice Date
July 5, 2001
Contracting Office
Federal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752
ZIP Code
17752
Solicitation Number
RFQ 20403-0071
Response Due
July 27, 2001
Point of Contact
Norm Showers, Regional Contract Specialist (570) 547-1641, Ext. 547
E-Mail Address
Click here to contact the Contracting Officer via (alw1006@bop.gov)
Description
This synopsis/solicitation replaces the synopsis for FCI Fairton Water Media Replacement/Removal services originally issued on June 7, 2001. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. (ii) This solicitation is issued as Request for Quotation (RFQ) 20403-0071. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) This solicitation is unrestricted under North American Industrial Classification Standard (NAICS) Code of 221310, with a size standard of $5.0 million. Other forms referenced herein are required to be completed and submitted with all quotations. (v) The contractor shall provide a unit price for the following: (1) Water Media Replacement/Removal for the Federal Correctional Institution Water Treatment Plant located in Fairton, New Jersey on a per pound price (6,000 estimated pounds). (vi) Statement of Work (SOW) -- Replace Water Media for FCI Fairton, NJ A. INTRODUCTION: The Federal Correctional Institution located in Fairton, New Jersey, intends to award a contract for water media removal/replacement services to a responsible contractor who can provide the services in accordance with the following requirements: METHOD OF PERFORMANCE: The Contractor shall provide all equipment and labor required to replace and remove, transport, handle, process, and dispose approximately 6,000 pounds of ion exchange resin, from the water treatment plant located at the Federal Correctional Institution, Fairton, New Jersey. Payment shall be based on the contract "per pound" price. The following equipment and labor must be provided: One Supervisor, one equipment operator, one laborer, one vactor w/side discharge, one utility truck, four cubic yard boxes (for transport), confined space equipment. The contractor shall ensure that all ion exchange resin removed from the water treatment plant is disposed of in accordance with Environmental Protection Agency, state and local regulations, and transported to a licensed and permitted TSD facility capable of handling low level radioactive material. Contractor shall be solely responsible for any fines levied as a result of the contractor's failure to comply with laws or regulations. The contractor will replace the used ion media with new "Rohm and Haas SF 120 resin" to the specifications of Federal Correctional Institutional, Fairton, New Jersey`s water treatment plant. All licenses, permits, fees, notifications, documentation, and reports related to the disposal of low level radioactive material to a fully licensed TSD facility shall be the responsibility of the contractor. Copies of all documentation shall be provided to the COTR when work begins. The contractor shall be an approved licensed transporter of low radioactive resin by the New Jersey Department of Environmental Protection. The ion resin waste shall be transported to a TSD facility approved by the New Jersey State Department of Environmental Protection. The contractor shall be responsible for all spills and related clean-up costs. The contractor shall provide official manifest for transport of low level radioactive ion resin. The receipts shall be addressed to the Contracting Officer's Technical Representative (COTR) at the Federal Correctional Institution, Fairton, New Jersey, prior to transport. AT NO TIME SHALL THE TRANSPORT VEHICLE BE LEFT ON ANY PART OF THE FEDERAL PROPERTY UNATTENDED. SCHEDULE: The contractor shall remove/replace the ion resin within ten (10) working days of notification by the Contracting Officer or the COTR. MAINTENANCE: All required repairs to the transport vehicle shall be the sole responsibility of the contractor. INSURANCE: The contractor, for the protection of the U.S. Government (including FCI Fairton) shall procure and thereafter maintain, at its expense, workers compensation; employers liability, and comprehensive automobile liability (bodily injury and property damage). Prior to award of any agreement, the Offeror shall provide copies of its and its subcontractors insurance policies. A certification from the insurance carrier that the insurance will not be modified or canceled (unless the FCI Fairton Contracting Officer is given 30 days notice thereof) shall also be given. MINIMUM REQUIREMENTS: In order for the quotation to be evaluated, the Contractor shall submit a copy of their New Jersey Department of Environmental Protection license designating them as an approved low radioactive transporter for the State of New Jersey. Quoters that meet this requirement will be considered for award based on lowest quotation. SPECIAL CONTRACT REQUIREMENTS: CONTRACT SECURITY (3000-02 CIVILIAN PERSONNEL MANUAL). The purpose is to establish security and supervision requirements for contract and consultant personnel involved in the delivery of services to Bureau of Prisons' facilities. The following investigative procedure will be applied and appropriate forms completed before an individual(s) is permitted on institutional property: NCIC -- National Crime Information Center Check. Contractors shall agree to submit to the above requirement prior to any contractual agreement with the Federal Bureau of Prisons. MISCELLANEOUS INFORMATION: This is a contractual agreement, not a personnel appointment. The service does not constitute an employer/employee relationship. The contractor is expected to complete all tasks outlined in this Statement of Work. The contractor will not be subject to government supervision, except for security-related matters. However, contractor performance shall be closely monitored. Payment is based on the provision of an end product or the accomplishment of a specific result. No contract will be awarded to a company whose personnel have not met the qualifications outlined in this Statement of Work. (vii) N/A (viii) FAR Clause 52.212-1, Instructions to OFFERORS -- Commercial Items (MAR 2000) and the following clauses incorporated by addendum apply -- At paragraph (c), "Period of Acceptance of Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purpose of this requirement.; At paragraph (e), "Multiple Offers," has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; At paragraph (h) "Multiple Awards" has been determined by the Contracting Officer to be non-applicable to this solicitation and is hereby removed in its entirety for the purposes of this requirement; 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number (APR 1998); (ix) The evaluation will be based on price and price related factors. (x) FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001) is incorporated and is required to be submitted with the contractor's quote. (xi) FAR Clause 52.212-4 Contract Term and Conditions -- Commercial Items (MAY 2001) and the following clauses incorporated by addendum apply: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2001) and the following clauses apply to this clause: 52.219-8, Utilization of Small Business Concerns; 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. (DEVIATION)(paragraph (f) of that clause shall read as follows: Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order of $25,000 or more unless exempted by rules, regulations, or orders of the Secretary.); 52.225-3 Buy American Act -- North American Trade Agreement -- Balance of Payments Program (FEB 2000); 52.225-5 Trade Agreements (APR 2000); 52.232-34 Payment by Electronic Funds Transfer other than Central Contractor Registration (MAY 1999) 52.237-2 Protection of Government buildings, equipment, and vegetation (APR 1984); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 52.252-6 Authorized Deviations in Clauses (APR 1984)(xiii) N/A (xiv) N/A (xv) N/A (xvi). 52.242-15 Period for Acceptance of Bids (APR 1984). JAR 2852.201-70 (Full Text), JAR 2852.223-70 (Full Text), Compliance with Veterans Employment Reporting Requirements. The quotes are due by 2:00 P.M. on July 27, 2001 to the following address: FPC Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 (Regular Mail) or 1049 Allenwood Camp Lane, Montgomery, PA 17752 (Federal Express, etc). All quotes should be marked with the RFQ number. (xvii) For additional information, please contact Norm Showers, Regional Contract Specialist at (570) 547-1641, extension 547. OMB Number 1103-0018, Expiration Date 02/29/2004. cc: OSDBU
Web Link
Click here to download a copy of the RFQ (http://www.usa.gov/procurement/index.html)
Record
Loren Data Corp. 20010709/ZSOL008.HTM (W-186 SN50Q9A0)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on July 5, 2001 by Loren Data Corp. -- info@ld.com