Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

F -- Hazardous Wate Disposal, Laboratory Analysis and Emergency Sevices - Sevices/Supplies

Notice Date
3/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-17-Q-CP09
 
Archive Date
5/5/2017
 
Point of Contact
Carol A Parnell, Phone: 202-404-2828, Malisa E. Mitchell, Phone: 2027670397
 
E-Mail Address
carol.parnell@nrl.navy.mil, Malisa.Mitchell@nrl.navy.mil
(carol.parnell@nrl.navy.mil, Malisa.Mitchell@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 9 Instructions to Offerors Attachment 8 Wage Determination Attachment 7 Customer Complaint Record Attachment 6 Corrective Action Report Attachment 1 Service and Supplies Attachment 5 Performance Assessment Report Attachment 4 QASP Attachment 3 Personnel Qualifications Attachment 2 Performance Work Statement C ombined synopsis/solicitation (Description). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2005-91, DPN 20160923, and NMCARS 13-10 This solicitation, N00173-17-Q-CP08, is issued as a Request for Proposal (RFP). The associated small business size standard is $38,500,000.00. NRL has a requirement for Hazardous waste disposal Laboratory Analysis and Emergency Services. See Attachment 1 for Supplies/Services. The complete Performance Work Statement and DD 1423 (See Attachments 2 through 7) and/or other information required for this combined synopsis/solicitation is attached. Performance is at the sites listed in 4.1 of the Performance Work Statement, FOB Destination. The period of performance shall be from 26 Apr 2017 through 25 Apr 2018 with four (4) one year options. CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS: •1. Attachment 1 - Services/Supplies •2. Attachment 2 - Performance Work Statement •3. Exhibit A - Contract Data Requirements List, DD 1423 •4. Attachment 3 - Personnel Qualifications •5. Attachment 4 - Quality Assurance Plan •6. Attachment 5 - Performance Assessment Plan •7. Attachment 6 - Corrective Action Report •8. Attachment 7 - Customer Complaint Record •9. Attachment 8 - Wage Determination •10. Attachment 9 - Attachment to Synopsis The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial (OCT 2016) AND ADDENDA TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL aDDITIONAL REQUIREMENTS MAY BE LISTED IN FULL TEXT IN THE ATTACHMENT TO THE SYNOPSIS General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall complete the following electronic annual representations and certifications at http://www.acquisition.gov in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (OCT 2016). In accordance with paragraph (j) of FAR 52.212-3 if changes to the SAM annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. 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 on SAM. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (OCT 2014) The following factors shall be used to evaluate offers: •1. Corporate Experience •2. Permit Availability •3. Management Ability •4. Personnel •5. Equipment Availability •6. Laboratory Facilities •7. Past Performance The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Technical factors 1 through 4 are more important than Past Performance which is more important than Technical factors 5 and 6. The technical factor and past performance, when combined, are significantly more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offeror Representations and certifications - commercial items (OCT 2016) and ADDENDA TO FAR 52.212-3 REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials. (NOV 2011) DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011) DFARS 252.215-7008 Only One Offer. (OCT 2013) DFARS 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) AND ADDENDA TO FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) FAR 52.203-3, Gratuites (APR 1984) (10 USC 2207). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of PL 110-181). ) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Reporting (OCT 2016) {ALL.} DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 USC 2416). - DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (SEP 2010) DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (MAR 2016) (15 USC 637). DFARS 252.219-7004, Small Business Subcontracting Plan (Test Program) (OCT 2014) (15 USC 637 note). DFARS 252.225-7001, Buy American Act and Balance of Payments Program (NOV 2014) (41 USC chapter 83, E.O. 10582). DFARS 252.225-7012, Preference for Certain Domestic Commodities ( FEB 2013 ) (10 USC2533a). DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concern s (SEP 2004) (Section 8021 of PL 107-248) and similar sections in subsequent DoD appropriations acts). DFARS 252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 USC 2320). DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2013) (10 USC 2321). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 USC 2227) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (MAY 2013) DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 USC 2410). DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) (10 USC 2631) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (OCT 2016). Paragraph (b (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 USC 4704 and 10 USC 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT 2016) (PL 109-282) (31 USC 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 USC 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 USC 2313). (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 USC 657a). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 USC 637(d)(2) and (3)). (17) (i) 52.219-9, Small Business Subcontracting Plan (OCT 2016) (15 USC 637 (d)(4).) (iii) Alternate II (OCT 2001) of 52.219-9. (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 USC 637(d)(4)(F)(i)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (OCT 2014) (15 USC 632(a)(2)). (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 USC 4212). (30) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 USC 793). (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 USC 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (39) 52.223-12,, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL. 2013) (31 USC 3332). Paragraph (c) (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 USC 351, et seq. ). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 USC 206 and 41 USC 351, et seq. ). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 USC206 and 41 USC 351, et seq.). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (MAY 2014) (29 USC 206 and 41 USC chapter 67. ). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016)(executive Order 13658). Paragraph (e) (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015)(USC chapter 798 and EO 136
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-Q-CP09/listing.html)
 
Place of Performance
Address: NRL DC, Naval Research Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375, Navy Technology Center, c/o USCG Sector Mobile 1500 15th Street, Mobile AL 36615, ex-USS Shadwell, 1100 Little SandIsland, Mobile AL 36615, Blossom Point, 10050 Blossom Point Rd., Welcome, MD 20693, Chesapeake Beach Detachment, “CBD”, 5813 Bayside Road, Chesapeake Beach, MD 20732, Tilghman Island, 4940 Black Walnut Point Rd, Tilghman,MD 21671, Pax River, Scientific Development Squadron one, Naval Air Station Hangar 109, 22474 James Rd, Ste 2A, Patuxent River, MD 20670-1674, Pomonkey, 7425 Bumpy Oak Rd., La Plata, MD 20646, Quantico Midway Research Center, 635 Telegraph Rd, Stafford, VA 22554, Stennis, John C. Stennis Space Center, Stennis Space Center, MS 39529-5004, Washington, District of Columbia, 20375, United States
Zip Code: 20375
 
Record
SN04444193-W 20170324/170322235044-c565ea31abade766aeafcfdc27c78453 (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.