Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOLICITATION NOTICE

F -- Recovery & Recycling of Americium241 - PWS - Solicitation

Notice Date
1/30/2015
 
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
FA8601-15-T-0053
 
Archive Date
3/4/2015
 
Point of Contact
Edward A. Huchison, Phone: 9375224605, Madonna J. Hart, Phone: (937) 522-4569
 
E-Mail Address
edward.huchison@us.af.mil, madonna.hart@us.af.mil
(edward.huchison@us.af.mil, madonna.hart@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SF 1449 pws COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a firm-fixed- price contract, for commercial items, i.e. Recovery and Recycling of americium 241, as described under the paragraph below titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopcitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number: FA8601-15-T-0053 NAICS Code: 562211 Small Business Size Standard: $38.5 Million Synopsitation Closing Date: Proposals must be received not later than 12:00 noon, local time, on 17 February 2015. Send Proposals To: AFLCMC/PZIOBA Attn: Edward Huchison 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via e-mail to: edward.huchison@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-15-T-0053." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Edward Huchison at (937) 522-4605 or via e-mail at edward.huchison@us.af.mil This synopsitiation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-79 effective 15 Dec 2014 ; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20150115 Effective 15 Jan 2015 ; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001 effective 01 Oct 2014. This requirement is for Recovery and Recycling of Americium 241 per the attached specifications CLIN Item Description Qty Unit Unit Extended Price Price 0001 Recover and Recycling of CAD Cell Units 2083 Place of Performance: AFMC/CEIEC 1450 Littrell Road WPAFB OH 45433-5209 INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. FAR 52.252-1-Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-2-Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ FAR 52.252-5-Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.212-1, Instructions to Offerors-Commercial Items is incorporated into this synopsitation. Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 18 calendar days. Paragraph (e) Multiple offers is revised to read: Reserved FAR 52.212-2, Evaluation-Commercial Items is incorporated into this synopsitation. The fill-in for paragraph (a) is completed as follows: The evaluation factors are Technical (whether the product offered satisfies the minimum requirements in the specifications) and Price. Technical is approximately equal to price. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the System for Award Management (SAM) website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.sam.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically 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 business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil. FAR 52.212-4 -Contract Terms and Conditions-Commercial Items is incorporated into this synopsitation. FAR 52.212-5 -Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items is incorporated into this synopsitation and the resulting contract. DFARS Solicitation provisions and contract clauses for the acquisition of commercial items DFARS 252.232-7006-Wide Area Workflow Payment Instructions is incorporated into the synopsitation and resulting contract. The fill-in portions of this clause will be complete in the award document. The following AFFARS provisions are incorporated into the synopsitation. 5352.223-9000-Elimination of Use of Class I Ozone Depleting Substances (ODS) Attachments: 1. PWS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0053/listing.html)
 
Place of Performance
Address: WRIGHT-PATTERSON, AFB, DAYTON, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03629279-W 20150201/150130234611-a91589a70009b389dfbc9695d8afd6f9 (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.