Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

F -- Ft. Meade Roll-Off Service - Attachment 01

Notice Date
1/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451016Q1006
 
Archive Date
2/24/2016
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Ft. Meade Roll-Off Service Bid Schedule and Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is issued as a request for quote (RFQ). The performance timeframe is a 12 month base period with four, 12-month option periods. The RFQ is for DLA Disposition Services at Ft. Meade, MD. This procurement is 100% set aside for Historically Underutilized Business Zone (HUBZone) Small Business firms in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 562111, applicable dollar threshold is $38.5 million. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. If an offeror has not completed the annual representations and certifications electronically within their SAMs registration, the offeror shall complete only paragraphs (c) through (m) of this provision at http://www.drms.dla.mil/drmsp/fillins.doc. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachment 01 for Bid Schedule and Performance Work Statement (PWS) A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor whose quote conforms to the solicitation, including the firm's status as a HUBZone Small Business, and offers the lowest total price, including the option periods. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-3, Notice of Total HUBZone Set-Aside or Sole Source Award (NOV 2011) (15 U.S.C. 657a) 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) NOTE: Additional clauses to facilitate option exercise requirements and ordering under the Indefinite Delivery Indefinite Quantity (IDIQ) will be incorporated at award in full text, which will be bilateral for final review of all content. The minimum order per period will be one fully roll-off container, and the maximum value per period will be 200% of the estimated annual poundage of waste. The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (by reference, full text provided in award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable 252.244-7000, Subcontracts for Commercial Items (Jun 2013) NOTE that DLAD 52.215-9023, REVERSE AUCTIONS APPLIES TO THIS PROCUREMENT, AVAILABLE AT http://farsite.hill.af.mil/vfdlada.htm, OR VIA SEARCH FOR THE CLAUSE CONTENT ONLINE. INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than February 9, 2016, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete and return that section with their quote submission. 2) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission, including the firms HUBZone Small Business certification. Any solicitation questions shall be submitted no later than February 2, 2016 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers. Site Visits may be accommodated in time for submission of quotes but can't be guaranteed. The DLA Dispositions Ft. Meade POC on this action is Cynthia Nieves, email cynthia.nieves@dla.mil, phone (301) 677-3447, and note there is a 24-hour lead-time requirement for installation access. EVALUATION: Quotations will be evaluated on the basis of total price including the option periods. Award will be made to the firm that offers the lowest overall price for the total requirement and is otherwise fully eligible, including their HUBZone Small Business status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451016Q1006/listing.html)
 
Place of Performance
Address: DLA Dispositions Ft. Meade, Ft. Meade, MD, Ft. Meade, Maryland, 20755, United States
Zip Code: 20755
 
Record
SN04001637-W 20160128/160126234751-6970c4b8469efcf3ba05c68cf5f6bf3f (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.