Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
DOCUMENT

99 -- Medical Waste Removal - Attachments

Notice Date
9/23/2008
 
Notice Type
Attachments
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3MT8179AE01
 
Archive Date
10/11/2008
 
Point of Contact
Lenore D Brock,, Phone: 302-677-5232, Francis Erik I. Puangco,, Phone: 302-677-6722
 
E-Mail Address
lenore.brock@dover.af.mil, francis.puangco@dover.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q3MT8179AE01 and this solicitation is being issued as a Request For Proposal. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080513. This is a total Small Business Set Aside requirement. The North American Industry Classification System Code (NAICS) 562112, size standard $12.5M. The contractor shall provide the following Services: Medical Waste Removal at Dover AFB, DE for the Medical Clinic, Dover Port Mortuary, and the Veterinary Treatment Facility in accordance with the attached Statements of Work dated 22 Sep 2008 (Attachment 1 & 2). The requirement is for a Base Year with Four Options (See Attachment 3 for Pricing Schedule). The performance period is as follows: Base Year: 1 Oct 2008 - 30 Sept 2009. Option Year One: 1 Oct 2009 - 30 Sept 2010. Option Year Two: 1 Oct 2010 - 30 Sept 2011. Option Year Three: 1 Oct 2011 - 30 Sept 2012. Option Year Four: 1 Oct 2012 - 30 Sept 2013. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part 1 - Price Proposal, and Part II - Past Performance Information. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. A Site Visit of the Dover Port Mortuary only will be scheduled. All interested in attending this site visit must contact Lenore Brock at 302-677-5232 or email to: lenore.brock@dover.af.mil not later than 11:00 AM, Wednesday 24 September 2008. Only vendors that have responded and have been given a reservation will be allowed to attend this Site Visit. C. Specific Instructions: PRICE PROPOSAL Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a base year plus four (4) Option Years. PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired. Past Performance Surveys (Attachment 5): The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of a minimum of three (3), but no more than five (5) past performance and references of the most relevant contracts performed for Federal agencies and commercial customers within the last three years. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. The provision at 52.212-2, Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance is approximately equal to Price when being evaluated. The Contractor will send Attachment 5, Past and Present Performance Survey to companies for which they've done similar work. The past performance shall be assessed based on the ratings mentioned in Attachment 5 (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, and Neutral). The questionnaire must come from the referenced companies; forms will not be considered if received from the offeror. (b) Options: The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items (DEV). The following FAR Clauses cited in this clause also applies: 52.219-6, Notice Total Small Business Set Aside, 52.219-8, Utilization of Small Business Concern, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clausse at 52.215-1, Instruction to Offerors - Competitive Acquisition The provision at 52.217-5, Evaluation of Options. The clause at 52.217-8, Option to Extend Services. The clause at 52.217-9, Option to Extend the Term of the Contract. The clause at 52.203-3 Gatuities. The clause at 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. The clause at 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. The clause at 52.222-41, Service Contract Act of 1965. The clause at 52.222-42, Statement of Equivalent Rates of Federal Hires. The clause at 52.222-43, Fair and Labor Standards Act and Service Contract Act The clause at 52.228-5, Insurance Work on Government Installation. The provision at 52.237-1, Site Visit. The clause at 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. The provision at 252.212-7000, Offeror Representation and Certifications -Commercial Items. The clause at 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The clause at 252.232-7003 Electronic Submission of Payment Requests. The clause at 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. The Government reserves to award without discussion. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit with their proposal the bid schedule containing their price and solicitation number by Friday, 26 September 2008 at 4:00 PM (EST) to the contracting office by email in order to be considered for award. Responses that are late will not be considered. POC information: Lenore D. Brock 302-677-5232 (Work Phone) Lenore.brock@dover.af.mil. ATTACHMENTS: 1 - Mortuary SOW dated 22 Sep 08 2 - Med and Vet Clinics SOW dated 22 Sep 08 3 - Price Schedule 4 - Wage Determination Rev. 7 dated 29 May 2008 5 - Past Performance Questionnaire
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7944a9da3acfd2a9636756c8844d2afe&tab=core&_cview=1)
 
Document(s)
Attachments
 
File Name: Mortuary Statement of Work (MORTUARY SOW dtd 22 Sep 08.doc)
Link: https://www.fbo.gov//utils/view?id=48b30003f10e111504f4eee434591dc9
Bytes: 84.50 Kb
 
File Name: Med and Vet Clinics SOW (MED AND VET CLINICS SOW dtd 22 Sep 08.doc)
Link: https://www.fbo.gov//utils/view?id=aece8f9059807c20c4ee6d0ffc42fad8
Bytes: 93.00 Kb
 
File Name: Price Schedule (Price Schedule.doc)
Link: https://www.fbo.gov//utils/view?id=f1def5160077418a7f5d4d8adc2136be
Bytes: 53.00 Kb
 
File Name: Wage Determination Rev. 7 dated 29 May 2008 (Wage Determination 2005-2097 Rev 7 - 29 May 2008.doc)
Link: https://www.fbo.gov//utils/view?id=dd65e430975e3ecbe6593a12cf3d234a
Bytes: 70.00 Kb
 
File Name: Past Performance Questionnaire (Atch 5 - Past and Present Performance Questionnaire.doc)
Link: https://www.fbo.gov//utils/view?id=cae87ed65b1204a4c368e352e7d14633
Bytes: 78.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 436 AW, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN01679469-W 20080925/080923221432-7944a9da3acfd2a9636756c8844d2afe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.