Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
MODIFICATION

S -- Hazardous and Universal Waste Removal and Disposal Services - Amendment 1

Notice Date
5/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-11-BB05
 
Archive Date
6/30/2011
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Christine Gunterman, Phone: 309-681-6115
 
E-Mail Address
mark.volk@ars.usda.gov, christine.gunterman@ars.usda.gov
(mark.volk@ars.usda.gov, christine.gunterman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR Addons Rev #1, remove previous version 52.212-2 Evaluation criteria Revision 001, remove previous version Revised Schedule B, remove previous version Solicitation Number: AG-5114-S-11-BB05 This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation No.AG-5114-S-11-BB05 is being issued as a Total Small Business Set-Aside Request for Quotes (RFQ) per FAR 52.219-6. Quoted price MUST INCLUDE all Materials, Labor, Equipment, Freight or Shipping, as well as any applicable Duties, Brokerage, or Custom's fees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The North American Industry Classification System (NAICS) code is 562211; small business size standard is $12.5 Million. Award of an Indefinite Delivery Indefinite Quantity service Contract is anticipated and shall be issued for a contract period starting approximately 1 June, 2011. TECHNICAL SPECIFICATIONS: The USDA, ARS, MWA, National Center Agricultural Utilization Research (NCAUR) Peoria, IL has a requirement/need for Hazardous and Universal Waste Removal and Disposal Services. See attached information for complete specifications. DELIVERY TO: USDA-ARS-NCAUR, Peoria, IL. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. NOTE: ALL OFFERORS SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204 7, Central Contractor Registration and FAR 52.222-22, Previous Compliance Report. FAR 52.252 2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Attached) also applies to this acquisition. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the service, 2) Completed Section B, 3) Submittal and evaluation criteria per 52.212-2, attached. 4) Offerors shall include a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, attached. APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (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: Technical Proposal Information (1) The following information shall be submitted for review as part of the offeror's proposal: (a) A description of the facilities, equipment and services which the offeror will provide. (b) A list of key personnel who will be involved with this contract and a brief resume for each describing the duties and responsibilities pertaining to this contract and the educational background, job experience and special training which qualifies them to perform those responsibilities. (c) Utilizing information in ***attachments*** concerning the types of waste materials generated at the NCAUR, for each waste stream listed identify proposed disposal facilities and waste management methods. (d) A listing of subcontractor firms (disposal facilities, transporters, etc.) and a description of the work and/or services to be provided by each. (e) Copies of audit reports or EPA and/or state RCRA inspection reports for the past year (the most recent report if the facility has not been inspected in the past year) for the offeror's firm as well as all proposed waste management facilities. (f) A description of the auditing program that will be used to evaluate compliance of transportation and waste management facilities and copies of audit protocols to be used. (g) A description of any current enforcement actions by EPA or state environmental agencies involving the offeror or any proposed transporter or waste management facility. (h) An Emergency Response Plan which outlines how the contractor will meet the 24 hour/7 days per week response requirement (DOT). Include notification procedures and a schedule with response times. (i) An overview of the offeror's Health and Safety Program, including policies for conducting both routine and emergency tasks at off-site facilities such as the NCAUR, and a site-specific Health and Safety Plan prepared by the contractor for a hazardous material management or remediation project. Past Performance Proposal Information (1) The offeror shall furnish the Government contact information for at least four of their customers with similar contracts for similar items, including the company name, contact person's telephone number and email address, and a brief description of the services provided. Price. Technical and past performance when combined, are more important than price ***(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. Furnish Quotes to Mark O. Volk, Contracting Officer, USDA, ARS, MWA, Contracting Office, no later than 2:00 p.m., May 25, 2010. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable). Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Additional information may be obtained by contacting the Contracting Officer: Mark O. Volk at (309)681-6618 or Mark.volk@ARS.usda.gov Contracting Office Address: 1815 N. University Street Peoria, Illinois 61604 Fax: (309)681-6683 Primary Point of Contact: Above at (309)681-6618
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-11-BB05/listing.html)
 
Place of Performance
Address: 1815 N. University, Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN02449821-W 20110519/110517234529-6e0cbd5bb083bf77a84ccd1b5713378d (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.