Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

S -- CHEMICAL AND BIOLOGICAL WASTE DISPOSAL SERVICES - Attachment 1

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA133C-12-RP-1077
 
Archive Date
4/26/2012
 
Point of Contact
Lynne B Phipps, Phone: (757) 441-6881, Melissa R Sampson, Phone: 757-441-6561
 
E-Mail Address
lynne.b.phipps@noaa.gov, melissa.r.sampson@noaa.gov
(lynne.b.phipps@noaa.gov, melissa.r.sampson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 (SOW and schedule) (i) 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. (ii) The solicitation is issued as a request for proposal (RFP) under solicitation number EA133C-12-RP-1077. The government intends to award an Indefinite Delivery/Indefinite Quantity contract with a five year ordering period and with firm fixed priced task orders in accordance with FAR 16.504. The quantities specified in the schedule are estimates only and do not commit the Government to these exact quantities. Task orders will be issued against the contract and will specify the exact items and quantities to be ordered. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. (iv) This requirement is a small business set aside and the NAICS code is 562211 with a small business size standard of $12.5M. (v) Contract line items, quantities, and units of measure are included in Attachment 1 to this notice. (vi) The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Centers for Coastal Ocean Science (NCCOS) intends to procure services for manifesting, packing, transportation and final disposal of chemical, biological, and medical wastes generated at the NCCOS, Charleston, SC, Beaufort, NC, and Oxford, MD. The descriptions of the contract requirements are outlined in the Statement of Work (SOW) as set forth in Attachment 1 (vii) Dates and places of delivery/pickup will be cited in the task orders issued under the contract. (viii) FAR Solicitation Provision 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012), applies to this acquisition. Evaluation will be based on Lowest Price Technically Acceptable (LPTA) with an acceptable record of performance. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. The submission shall include: (1) Technical Acceptability - The offeror shall submit information, in a written statement, that will describe the offeror's knowledge of the technical requirements associated with the packing, removal and disposal of hazardous waste in accordance with the applicable local, state, and federal policies, laws, and regulations. A proposal will be determined technically acceptable if the proposal demonstrates the ability to meet or exceed the requirements set forth in the statement of work. (2) Past Performance - The offeror shall submit no more than three (3) past performance references (not more than 3 years old) for contracts similar in scope and size. Information shall include a point of contact, phone number, contract number, period of performance, and short description of the services provided. It is the intent of the Government to issue one contract. All offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2012), with their proposal. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted at FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation including the NAICS code referenced for this solicitation, as of the date of this offer and are incorporated in this offer by reference. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012) applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 2012), applies to this acquisition. Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference:); 52.219-6 Notice of Total Small Business Set-Aside (NOV 11); 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-41 Service Contract Act of 1965 (NOV 2007); 52.223-18 Contractor Policy to Ban Text Messaging While Driving(AUG 2011); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Offerors responding to this solicitation may submit their proposal in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc.) but MUST include the following information: 1) Complete company name, mailing and remittance addresses, 2) Prompt payment terms, 3) Delivery schedule, 4) Taxpayer ID number, 5) Duns# and Cage Code. Proposals shall be submitted by 2:00 p.m., local time on April 11, 2012. Offerors are responsible for ensuring their submitted proposal has been received and is legible. Responses to this Request for Proposal (RFP) should be directed to the Eastern Region Acquisition Division (ERAD) via email to lynne.b.phipps@noaa.gov, phone 757-441-6881 or fax to 757-664-3650. Award will be made to the lowest priced responsible offeror submitting a quote which conforms to this RFP. IN ORDER TO RECEIVE AN AWARD, YOU MUST BE REGISTERED IN CCR AND YOUR ACCOUNT MUST BE ACTIVE. TO REGISTER, GO TO WWW.CCR.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133C-12-RP-1077/listing.html)
 
Record
SN02713898-W 20120406/120404235348-4da576fe0bfe31783774811792422f1e (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.