Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

S -- Procurement of one (1), eight (8) yard dumpster and disposal services for non-hazardous Municipal Solid Waste (MSW) at Falls Lake Dam in Wake Forest, NC and B. Everett Jordan Dam in Moncure, NC for the USACE, Wilmington District.

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM15T0029
 
Response Due
9/9/2015
 
Archive Date
11/1/2015
 
Point of Contact
Karri Mares, 910-251-4863
 
E-Mail Address
USACE District, Wilmington
(karri.l.mares@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*Combined synopsis/solicitation is hereby amended to post a question recieved along with the Government's response. The date and time for questions and the date and time for responses have not changed as a result of this amendment. All other terms and conditions remain unchanged. 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 notice is being posted as an avenue to provide Request for Quotes, W912PM-15-T-0029. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is an unrestricted solicitation. The solicitation number is W912PM-15-T-0029, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 562111 with a small business size standard of $38,500,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-82. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requests the procurement of maintenance, transportation and disposal services for an average of 312 cubic yards of non-hazardous Municipal Solid Waste (MSW) per year and provide one (1), eight (8) yard dumpster at Falls Lake Dam. Services shall also be provided for an average of 338 cubic yards of non-hazardous Municipal Solid Waste (MSW) with the inclusion of one (1) eight (8) yard dumpster at B. E. Jordan Lake Dam. Please see additional documentation for full specifications. This will result in two (2) separate, contract actions, one (1) for each lake mentioned above and will be firm-fixed-price contract actions for a base of twelve (12) months plus four (4), twelve (12) month option periods. Contract anticipated start date will be 9/15/2015 or date of contract award, whichever is later through the end of September. The next month's service shall start on the 1st of October and remain the 1st of every month through the remainder of the contract. To view the attached documentation: -Scroll toward the bottom of this solicitation. -Click the quote mark Additional documentation quote mark link below the Additional Information Heading. -Open ALL the attached pdf documents. All item costs shall be included in the pricing of the quote as listed within the attached quote schedule. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-6, Drug-Free Workplace 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-17, Interest 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-38, Submission of Electronic Funds Transfer Information with Offer 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-16, Responsibility for Supplies 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7007, Alternate A, Annual Representations and Certifications. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036 Alternate I, Buy American--Free Trade Agreements--Balance of Payments Program 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea Evaluation Factors: Award will be made to the lowest priced technically acceptable offer. For evaluation purposes, each line item unit price quote received will be multiplied by unit quantity to result in a total amount per line. Then the extended line item total amounts will be added together for each of the Contract Line Items (CLINs) (including the option year CLINs). The lowest combined total price for all five (5) years that is technically acceptable will be the determining factor for evaluation of price. Contractor must be licensed for the county being serviced. For B. Everett Jordan the county is Chatham County and for Falls Lake it is Wake County. Please see attached specifications for additional evaluation factor criteria. QUOTE SCHEDULE - Offer may submit pricing for one (1) Lake Project (BEJ or FALLS) listed below or for both. Offerors must label the CLINS with the specific project being quoted.: BASE Year - Start of Contract Award - September 30, 2015; October 1, 2015 - 31 August 2016 0001 BEJ Solid Waste Services - September Qnty 15days$__________________ each day 0002 BEJ Solid Waste Services - Oct - AugQnty 11months$__________________ each month 0003 BEJ Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 0004 FALLS Solid Waste Services - September Qnty 15 days$__________________ each day 0005 FALLS Solid Waste Services - Oct - AugQnty 11 months$__________________ each month 0006 FALLS Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each OPTION YEAR 1 - September 1, 2016 -August 31, 2017 1001 BEJ Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 1002 BEJ Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 1003 FALLS Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 1004 FALLS Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each OPTION YEAR 2 - September 1, 2017 -August 31, 2018 2001 BEJ Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 2002 BEJ Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 2003 FALLS Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 2004 FALLS Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each OPTION YEAR 3 - September 1, 2018 -August 31, 2019 3001 BEJ Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 3002 BEJ Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 3003 FALLS Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 3004 FALLS Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each OPTION YEAR 4 - September 1, 2019 -August 31, 2020 4001 BEJ Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 4002 BEJ Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 4003 FALLS Solid Waste Services - Sept - AugQnty 12 months$__________________ each month 4004 FALLS Solid Waste Event (as-needed) ServiceQnty 4each$__________________ each 52.214-4006 Solicitation/Technical Inquiries via ProjNet (Local Instruction CECT-SAW October 2012) 1. Solicitation/Technical Inquiries. a. Inquiries are to be submitted via Bidder Inquiry at the ProjNet website at https://www.projnet.org b. If you have technical problems accessing the Bidder Inquiry via the ProjNet website, contact the ProjNet Help Desk at 1-800-428-4357 (HELP). This number is for technical issues accessing the website ONLY. 2. Any prospective bidder/offeror desiring an explanation or interpretation of the solicitation, drawings specifications, etc., must requested it in writing via Bidder Inquiry in ProjNet by Friday, September 4, 2015 at 12:00PM EST. Oral explanations or instructions given before the award of a contract will not be binding. Any information given a prospective bidder/offeror concerning the RFQ will be furnished promptly to all other prospective bidder/offerors as an amendment to the RFQ, if that information is necessary in submitting quotes or if the lack of it would be prejudicial to other prospective bidders/offerors. The Government reserves the right to decline addressing questions received by Friday, September 4, 2015 at 12:00PM EST. 3. No Inquiries will be accepted by the Bidder Inquiry system after Friday, September 4, 2015 at 12:00PM EST. However, you may still access the Bidder Inquiry system to view answers/replies to previous inquiries until the response date and time. 4. ProjNet - Bidder Inquiry module. a. To submit and review bid inquiry items, bidders/offerors will need to be a current registered user or self-register in the system. To access Bidder Inquiry, go to the ProjNet web page at http://www.projnet.org and click the quote mark Quick add quote mark link. Once at the Quick Add screen, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and bidder's/offeror's e-mail address, then click login. If this is bidder's/offeror's first time logging in they will be taken to the Bidder Inquiry Create Account screen to self- register. Fill in all required information and click create user. Verify that information on next screen is correct and click Continue. Please remember your Secret Question Answer and email address used for future access to this website. b. From this page you may view all bidder/offeror inquiries under Reports or post a new inquiry under Submit. c. Bidders/Offerors will receive an acknowledgement of their question via email, followed by another email notification that an answer to their question has been posted after it has been reviewed by our technical team and responded to by a Contracting Officer. It is the responsibility of the Bidder/Offeror to check their junk email and email delivery options to ensure delivery of these acknowledgement emails. d. Bidders/Offerors are responsible for checking bid inquiry items. e. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The name of the submitter or firm is not published for the public on the report of all Bidder Inquiries. Bidders/ Offerors are on notice of, and assumed to be aware of, all inquiries, responses, and information posted in the Bidder Inquiry System up to the date of bid submission, whether the inquiry was generated by the Bidder themselves or another potential Bidder/ Offeror. Bidders are responsible for incorporating all such information into their bid, or for requesting further clarification. quote mark 5. Solicitation Information: RFQ No: W912PM-15-T-0029 Bidder Inquiry Key: W7DKF3-3KQA4H (end) 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1.All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2.Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 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 http://www.acquisition.gov/far (End of clause) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via ProjNet (52.214-4006 Solicitation/Technical Inquiries via ProjNet). Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 9 September 2015. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contracting Officer, Karri Mares, Karri.L.Mares@usace.army.mil. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email; karri.l.mares@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39ab78f4ec116757b2c19e6bee2e8c6e)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03868777-W 20150904/150903000450-39ab78f4ec116757b2c19e6bee2e8c6e (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.