Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOLICITATION NOTICE

S -- Refuse Collection and Disposal Services at DLA Distribution San Joaquin - RFQ SP3300-12-Q-5006

Notice Date
11/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-5006
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ SP3300-12-Q-5006 Attachment 1 - Statement of Work (SOW) (including maps and DDJC Form 338) Schedule of Supplies or Services Attachment 2 - DoL Wage Determination No 2005-2067 Rev 12 dated 6/13/2011 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) - Test Program for Certain Commercial Items 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-5006 (SEE ATTACHED RFQ). 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 August 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20111004 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2011-48. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a firm-fixed price contract for refuse collection and disposal services at the Defense Logistics Agency Distribution San Joaquin (DDJC), Tracy and Sharpe sites. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1. The Schedule of Supplies/Services is provided at Attachment 3. 4. The requirement is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 56211 with the size standard of 12.5 million. 5. PERIOD OF PERFORMANCE: The period of performance shall be on or about Base Year: 01 April 2012 through 31 March 2013 Option Year 1: 01 April 2013 through 31 March 2014 Option Year 2: 01 April 2014 through 31 March 2015 6. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD Central Contractor Registration (CCR) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ 7. CENTRAL CONTRACTOR REGISTRATION - As stated in referenced FAR 52.212-1 Instructions to Offerors, paragraph (k) Central Contractor Registration, a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-800-227-2423 or 269-961-5757. 8. Invoicing and Payment: Billing shall be made monthly in arrears. Invoices shall be submitted on the 5th day of the month to the Contract Specialist listed on page 1 of this document in the block titled, " Administered by" with a copy to the responsible Contracting Officer Representative (COR) for certification and payment. 9. Quantity Variation-Price Adjustment: The quantities shown in the Schedule of Supplies/Services provided at Attachment 3 represent the Government's best known quantities. The contractor shall be paid for the actual services provided at the prices specified. The exception is Item No. X006. These Item Nos. are actual quantities not estimates. If the Government requirements do not result in the amount described as estimated, such event shall not constitute the basis for an equitable price adjustment under the contract. If the Government requirements exceed the estimated amount, the contractor shall notify the Contracting Officer immediately and withhold performance until additional funds are obtained. 10. WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2067, Revision No. 12, dated 13 June 2011, is provided as Attachment 2. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade (WG) equivalent to this position is as follows: Motor Vehicle Operator = $21.71 per hour (WG-5703, WG-8, Step 1) 11. INSURANCE: Any required insurance certifications must be submitted to the Contracting Officer within ten (10 days after the date of contract award as referenced in FAR 52.228-5 and DLAD 52.228-9000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-5006/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin (DDJC), Tracy & Sharpes sites, Stockton, California, 95296-0001, United States
Zip Code: 95296-0001
 
Record
SN02620933-W 20111111/111109234905-216e9fe02df2da85607b8471310e86c2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.