Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
MODIFICATION

91 -- CORRECT ADDRESS FOR PACKAGES:

Notice Date
2/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W9124A12T0017
 
Response Due
2/23/2012
 
Archive Date
4/23/2012
 
Point of Contact
Nancy L. Shoemaker, 520-533-3226
 
E-Mail Address
ACC-APG - Fort Huachuca
(nancy.l.shoemaker.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W9124A-12-T-0017 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: Jan 24, 2012 3:32 pm 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. This is a combined synopsis and 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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W9124A-12-T-0017 and is issued as a Request for Quotation (RFQ). This solicitation is Unrestricted. The North American Industry Classification System (NAICS) is 562112 with a size standard of $12.5 million. All responsible sources may submit an offer which shall be considered. Offers may be submitted in hard copy or electronically, either by regular mail or email. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. Contract Line Item Estimated Quantity Unit of Measure 0001: Used Oil Collection, Transport & Recycling, 15,000 GAL (Estimated) 0002: Used Oil Collection, Transport & Recycling, 15,000 GAL (Est.) Option Period I 0003: Used Oil Collection, Transport & Recycling, 15,000 GAL (Est.) Option Period II See attached Statement of Work The contractor shall remove Used Oil (15,000 gallon capacity) from collection sites on Fort Huachuca, AZ on an as-needed basis and transport to a Used Oil recycler. Contractor shall reimburse/pay the U.S. Government, Fort Huachuca an agreed upon percentage of revenue from the sale of the used oil. The formula to calculate the revenue due to the Government is as follows: Gross gallons -H2O% = Net Gallons Net gallons x Price per gallon sold ($) = Total Revenue Total Revenue x bid % = Due to Government Historical Data: During the period of 1 March 2010 through 28 February 2011 11,900 gallons of used oil were collected. From March 2011 to 4 October 2011 7,570 gallons of used oil were collected. FOB Point: Destination (Fort Huachuca, AZ) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. As a minimum, offers shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS, TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate percent of revenue to the Government. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. The Government shall NOT reimburse respondents for any costs associated with submission of information being required or reimburse expenses incurred for responses. The Government reserves the right to cancel this solicitation before or after the closing date. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the percentage in its offer for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION AND AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a purchase order for a base year and two one-year option periods to the responsible offeror whose offer conforming to the Solicitation will be most advantagous to the government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability: Technical capability of the services offered to meet the Government requirement as stated in the statement of work. The offeror shall provide copies of all applicable licenses, certifications, permits, and insurance declarations to the government with the offeror's quote. (ii) Price: Best Value Percentage to Government per gallon. (iii) Past Performance: Offerors shall provide three references for jobs that are similar in size and scope of this requirement for the last three years. Offerors shall disclose any notices of violations, fines, or penalties received in the past 5 years by any governmental enforcement agency. Past Performance and technical capability when combined are equal to price. Offerors must be central contractor registered (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-866-606-8220. Offerors' Online Representation and Certification Application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at https://orca.bpn.gov/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer, which can be downloaded from the internet. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed FAR and DFARS clauses apply to this solicitation and are incorporated by reference. All clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. 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 (NOV 2011) (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6, Convict Labor (E.O. 11755); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restriction on Certain Foreign Purchase; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.223-7006, Prohibition on storage and disposal of toxic and hazardous materials; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; AMC level protest program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Contracting Office Address: ACC-APG, Fort Huachuca DOC Contracting, Bldg. 22208, Room 114, Fort Huachuca, AZ 85613-5000 Place of Performance: ACC AGP Huachuca Division; Fort Huachuca DOC Contracting, Bldg. 22208 Fort Huachuca AZ 85613-5000 US Packages sent to FedEx or UPS should be addressed to: ACC-APG, Fort Huachuca DOC Contracting, Bldg. 22208, Room 114, Fort Huachuca, AZ 85613-5000 OR VIA EMAIL AT: nancy.l.shoemaker.civ@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/paCOMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) RESPONSE TIME: Offers will be accepted at Directorate of Contracting (DOC) Operations Branch, 600 Augur Ave, Building 22208, Fort Huachuca, AZ 85613 NO LATER THAN 3:00 P.M. M.S.T. on 23 February 2012. All quotes shall be marked with request for quotation (RFQ) number and title. The point of contact for this solicitation is Nancy L. Shoemaker, Email: nancy.l.shoemaker.civ@mail.mil, Phone: 520-533-3226. Alternate: Anna DeLozier, Email: anna.r.delozier.civ@mail.mil Phone: 520-533-1464. Additional Info: Additional documentation Contracting Office Address: ITEC4, Fort Huachuca DOC (NCR-CC), ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000 Place of Performance: ACC AGP Huachuca Division; Fort Huachuca DOC Contracting, Bldg. 22208 Fort Huachuca AZ 85613-5000 US Point of Contact(s): Nancy L. Shoemaker, 520-533-3226 ITEC4, Fort Huachuca DOC (NCR-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cdf6ae7bcc72ffbff02cb65e31c7277)
 
Place of Performance
Address: ACC-APG - Fort Huachuca Contracting DOC, Bldg. 22208, Room 114 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN02680610-W 20120224/120222235117-5cdf6ae7bcc72ffbff02cb65e31c7277 (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.