Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SPECIAL NOTICE

F -- RFQ-DC-11-00084, Hazardous Waste Removal, Transportation and Disposal

Notice Date
8/29/2011
 
Notice Type
Special Notice
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
HPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3803RWashingtonDC20460USA
 
ZIP Code
00000
 
Point of Contact
Bradley Austin
 
E-Mail Address
Austin.Bradley@epa.gov
(Austin.Bradley@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
Due to internal system limitations for posting to FedBizOpps, this notice is posted in its entirety at http://www.epa.gov/oamhpod1/admin_placement/hazwaste/index.htm. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 RFQ-DC-11-00084 and is being issued as a Request for Quotations (RFQ) in conjunction with FAR Part 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions are those in effect through FAC 2005-53. The North American Industry Classification System (NAICS) code is 562211. The Small Business Size Standard is $12.5M. This requirement is a total set-aside for small businesses. Vendors must indicate in its response how it meets the small business size standard to qualify for award. The United States Environmental Protection Agency (EPA) is soliciting for contractors to provide Hazardous Waste Removal, Transportation and Disposal Services in support of all EPA facilities in the United States in accordance with the Statement of Work included with this Request for Quotations (RFQ). EPA intends to award multiple Blanket Purchase Agreements (BPA) in accordance with FAR Part 13, Simplified Acquisition Procedures. Prospective sources are reminded that awards can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database (https://www.bpn.gov/ccr/default.aspx). Additionally, this requirement will be posted in its entirety at http://www.epa.gov/oamhpod1/admin_placement/hazwaste/index.htm. Vendors are strongly encouraged to monitor this website for updates regarding this solicitation. Questions regarding this requirement may be sent to Bradley Austin, Contracting Officer, at austin.bradley@epa.gov no later than September 7, 2011, at 12 pm EST. Proposals shall be divided into separate technical and cost volumes or sections. Technical proposals shall be limited to 20 pages, exclusive of the additional documentation requested below. Proposals shall be submitted via email to Bradley Austin, Contracting Officer, at Austin.bradley@epa.gov, no later than September 15, 2011, at 2 pm EST. Adobe PDF or Microsoft Word is the preferred format. For price proposals, vendors shall use the included Microsoft Excel spreadsheet and fill in all hazardous waste categories. Vendors may include additional cost categories and shall state any associated assumptions. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors?Commercial Items; 52.212-3, Offeror Representations and Certifications?Commercial Items; 52.212-4, Contract Terms and Conditions?Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, FAR 52.219-14, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.232-33, FAR 52.222-41, FAR 52.222-42 and FAR 52.222-43. Due to the applicability of the Service Contract Act, a wage determination will be incorporated at time of award based on information from the WDOL website located at www.wdol.gov. Interested parties may submit their ORCA information (http://orca.bpn.gov) in lieu of the representations and certifications requested above. EPA will award to the vendors that provide the best value to the Government, price and technical factors considered. Technical proposals shall be evaluated in accordance with the following criteria. Vendors shall provide a narrative describing how they can meet each of the criteria. 1. Technical Expertise - The Government will evaluate each vendor?s technical approach and level of knowledge demonstrated, including an understanding of EPA?s requirements. 2. Past Performance - Each vendor shall identify up to three contracts, which have recently been performed (within the last 3 years), or are currently performing, which are similar in scope for services of this magnitude and complexity. The offeror shall provide the following information with respect to each of these contracts: *Contract number, contract type and dollar value*Date of contract award and period of performance*Name, address and telephone number of all applicable contract points of contact*Brief description of contract work, scope and responsibilities The Government will evaluate each vendor?s experience performing projects of a similar size, scope and complexity. The Government will evaluate each vendor?s past performance of projects based upon customer satisfaction with the services provided on past or current projects. In addition to considering past performance information provided in the vendor?s submission, past performance evaluations may also be based on the vendor?s supplied references, information obtained through federal performance tracking databases, and other information obtained by the Government from other sources. 3. Personnel - The Government will evaluate the availability and relevant experience of the proposed personnel in accordance with the Labor Categories included with this RFQ. In addition, vendors shall provide the following additional documentation in their proposal. a.The vendor shall submit all applicable permits, licenses, and other forms of required documentation and certifications required for compliance, except as may be otherwise specified by law. b.A copy of proof of insurance. Insurance shall be provided prior to commencement of work, the vendor shall furnish to the contracting officer a certificate or written statement of all insurance. They will submit this proof of insurance at the Request for Quote (RFQ). c.The vendor shall provide a list of recycling vendors, haulers and landfills in their vicinity that are authorized by the EPA or appropriate state. d.An initial list of proposed incineration facilities for EPA chemical waste. REGIONAL GROUPINGS EPA will award an appropriate number of BPAs so that each of the four (4) regional groupings will be supported by at least two (2) contractors. In addition to the laboratories and facilities within each grouping, vendors shall provide coverage for the physical location of each of the 10 regional offices rather than the entire area covered by each of the 10 regional offices. EPA reserves the right to limit the number of awards made for ease of administration. Vendors will be permitted to bid on all or any combination of the four (4) regional groupings noted below and shall state this intent in their proposals. NORTHEAST?Region 1 ? Boston (serving Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont) ?Region 2 ? New York (serving New Jersey, New York, Puerto Rico, and the U.S. Virgin Islands) ?Region 3 ? Philadelphia (serving Delaware, District of Columbia, Maryland, Pennsylvania, Virginia, and West Virginia) ?Washington, DC, Headquarters?EPA Facilities and Laboratories located in:oNarragansett, Rhode IslandoNorth Chelmsford, MassachusettsoEdison, New JerseyoFort Meade, MarylandoAnnapolis, Maryland GREAT PLAINS/SOUTHEAST?Region 4 ? Atlanta (serving Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee) ?Region 5 ? Chicago (serving Illinois, Indiana, Michigan, Minnesota, Ohio, and Wisconsin) ?EPA Facilities and Laboratories located in:oAthens, GeorgiaoGulf Breeze, FloridaoBay St. Louis, MississippioErlanger, KentuckyoMontgomery, AlabamaoResearch Triangle Park, North CarolinaoChapel Hill, North CarolinaoDurham, North CarolinaoWestlake, OhiooCincinnati, OhiooMilford, OhiooNorwood, OhiooDuluth, MinnesotaoBlue Ash, OhiooGrosse Ile, MichiganoAnn Arbor, Michigan SOUTH CENTRAL/MIDWEST/MOUNTAINS AND PLAINS?Region 6 ? Dallas (serving Arkansas, Louisiana, New Mexico, Oklahoma, and Texas) ?Region 7 - Kansas City (serving Iowa, Kansas, Missouri, and Nebraska) ?Region 8 ? Denver (serving Colorado, Montana, North Dakota, South Dakota, Utah, and Wyoming) ?EPA Facilities and Laboratories located in:oHouston, TexasoAda, OklahomaoKansas City, KansasoGolden, ColoradooLakewood, Colorado PACIFIC?Region 9 - San Francisco (serving Arizona, California, Hawaii, Nevada, American Samoa, Commonwealth of the Northern Mariana Islands, Federated States of Micronesia, Guam, Marshall Islands, and Republic of Palau) ?Region 10 ? Seattle (serving Alaska, Idaho, Oregon, and Washington) ?EPA Facilities and Laboratories located in:oRichmond, CaliforniaoLas Vegas, NevadaoPort Orchard, WashingtonoCorvallis, OregonoNewport, Oregon
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27dce5d13c20a3b4470cc997f3b61e36)
 
Record
SN02553978-W 20110831/110829235827-27dce5d13c20a3b4470cc997f3b61e36 (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.