Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

P -- Recovery and Recycling of Tritium Exit and Emergency Signs - Performance Work Statement

Notice Date
12/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-14-T-0024
 
Archive Date
12/24/2013
 
Point of Contact
Robert Fahrney, Phone: 9375224537
 
E-Mail Address
robert.fahrney@us.af.mil
(robert.fahrney@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY AND RECYCLING OF Recycling and Disposal of Tritium from Exit Signs FA8601-14-T-0024 The U.S. Air Force requires an experienced provider to provide Recycling and Disposal of Tritium from Exit Signs. The anticipated award is firm fixed price - Based upon Best Value for The Government. Additional detail on the requirements can be found in the Performance Work Statement, attachment 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-13-T-0060 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-70, Effective 30 Sep 2013. The proposed acquisition is unrestricted, full and open competition. Any offeror capable of providing the required services as described in the PWS is eligible to submit a quotation. The NAICS Code is 562211 and the size standard is $35,500,000 and is a total small business set-aside. This RFQ has two line items: CLIN Number Item Approximate Radioactivity (Curies) Total Quantity (Each) 0001 RECOVERY AND RECYCLING OF TRITIUM 10 CFR 31.5 EXIT SIGNS (Examples of Manufacturers and Models are listed below) ~1175 250 0002 RECOVERY AND RECYCLING OF TRITIUM 10 CFR 31.7 AIRCRAFT EMERGENCY SIGNS (Examples of Manufacturers and Models are listed below) ~39.7 10 Proposals must contain the following: - Price quote - Statement that you are capable of fulfilling all Requirements listed in the attached PWS - Evidence of completed Representations and Certifications - A Nuclear Regulatory Commission or state radioactive materials license that allows them to take possession, and recover/recycle/dispose of the Tritium from Exit Signs and T-Light Tubes Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications (April 2012) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in System for Award Management (SAM) at www.sam.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the PWS, attachment 2, hereto. Quotation shall provide a point-by-point comparison to each item listed in the PWS. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: Data Universal Numbering System (Apr 2008) 52.212-1, Instructions to Offerors (Feb 2012) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be: - Price - Ability to comply with the requirements of the PWS, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt I (Apr 2002) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2012) (The clauses that are check marked as being applicable to this purchase are: -52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concers -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.219-28 Post-Award Small Business Program Representation (Apr 2012); -52.222-3 Convict Labor (June 2003); -52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 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); -52.222-42 - Statement of Equivalent Rates for Federal Hires (May 1989): In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Recycling Laborer $15.46 Recycling Specialist $16.64 -52.222-50 Combating Trafficking in Persons (Feb 2009) -52.223-18 Contractor Policy to Ban Tex Messaging While Driving (Aug 2011) - 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) -52.232-34 Payment by Electronic Funds other than Contractor Registration (Oct 2003) [End fill in for 52.212-5]; 52.233-3, Protest After Award (Aug 1996) 52.247-34, FOB-Destination (Nov 1991) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 252.203-7000 Requirements relating to Compensation of Dormer DoD Officials 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea 252.247-7023 (Alt III) Transportation of Supplies by Sea (JUN 2013) Alternate III The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Oct, 2013) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101: Ombudsman (April 2010) [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Ms. Cynthia Evoniuk ASC/PKC Area B, Bldg. 570 1755 Eleventh St Wright-Patteron Air Force Base OH 45433-7630 Tel 937-255-6005 FAX 937-656-7193 E-mail:Cynthia.Evoniuk@wpafb.af.mil [End fill in for 5352.201-9201] 5352.223-9001 Health and Safety on Government Installations (Jun 1997) Attachments to the announcement: 1. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items - April 2012 (Return with quotation, Statement that you are in SAM is sufficient as well) 2. Performance Work Statement (PWS) Proposals AND completed representations and certifications (if not available in SAM), are due by 9:00am Eastern on Monday, December 9 2013 to: Robert J. Fahrney Fax is 937-656-1412 (ATTN: Robert Fahrney). E-mail is robert.fahrney@us.af.mil Mailing Address: ATTN: Robert J. Fahrney ASC/PKO 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Robert J. Fahrney at robert.fahrney@us.af.mil (Preferred Method of contact) or Phone 937-522-4537
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0024/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03244515-W 20131205/131203234155-98d9262416e11f6ed655bb4390257993 (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.