Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

F -- Moser and Agile Chemical Facility Wastewater

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-17-R-0067
 
Archive Date
10/26/2017
 
Point of Contact
Karen Tindley-Smith, Phone: 3017446385
 
E-Mail Address
karen.tindley-smith@navy.mil
(karen.tindley-smith@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose for this amendment is to extend the closing date from:11 September 2017; 3:00 p.m. to October 11, 2017 ; 3:00 p.m. All other terms remain unchanged. 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. The synopsis is being issued 100% Small Business Set-Aside. This announcement constitutes the only solicitation; proposals are being requested, but a written solicitation will not be issued. This solicitation, N00174-17-R-0067, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161021. The North American Classification System Code is 562112 and size standard is $38.5 million. Naval Surface Warfare Center Indian Head EOD Technology Division (NSWC IHEODTD) Chemicals Development and Nitration Branch have a requirement for the removal of waste water that is non-hazardous waste by the state of Maryland The contractor must be able to handle two (2) 5,500 gallon (or larger) truckloads of wastewater a day, up to four days a week, Monday through Thursday in accordance with the Statement of Work, Attachment 1. Delivery schedule: the contractor will be notified at least 3 days before the scheduled pick-up. Base contract line item numbers CLINs 0001 and 0002 will be 1 year after award of contract. The subsequent option CLINS for each of the preceding items, if exercised in numerical order will begins with the effective date of the modification exercising the option. If all Options are exercised the total contract will be for five years. Moser and Agile Chemical Facility Wastewater Disposal BASE Year CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2,200,000 Gallon Disposal Services Waste Water Disposal - Pick-Up Waste Water (non-Hazardous Water) at NSWC/IHEODTD and Transport to A Treatment Facility - In accordance with Statement of Work. ( Attachment 1) CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 400 Each Transportation Cost to Pick-up Waste Water (Non-Hazardous Water) at NSWC/IHEODTD and Transport To a Treatment Facility In accordance with Statement of Work. (Attachment 1) CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 LOT NSP NSP Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2) Option 1 CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 2,200,000 Gallon Disposal Services Waste Water Disposal - Pick-Up Waste Water (non-Hazardous Water) at NSWC/IHEODTD and Transport to A Treatment Facility - In accordance with Statement of Work. (Attachment 1) CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 400 Each Transportation Cost to Pick-up Waste Water (Non-Hazardous Water) at NSWC/IHEODTD and Transport To a Treatment Facility In accordance with Statement of Work. (Attachment 1) CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 LOT NSP NSP Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2) Option 2 CLIN SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 2,200,000 Gallon Disposal Services Waste Water Disposal - Pick-Up Waste Water (non-Hazardous Water) at NSWC/IHEODTD and Transport to A Treatment Facility - In accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 400 Each Transportation Cost to Pick-up Waste Water (Non-Hazardous Water) at NSWC/IHEODTD and Transport To a Treatment Facility In accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 LOT NSP NSP Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2) Option 3 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 2,200,000 Gallon Disposal Services Waste Water Disposal - Pick-Up Waste Water (non-Hazardous Water) at NSWC/IHEODTD and Transport to A Treatment Facility - In accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 400 Each Transportation Cost to Pick-up Waste Water (Non-Hazardous Water) at NSWC/IHEODTD and Transport To a Treatment Facility in accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 1 LOT NSP NSP Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2) Option 4 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 2,200,000 Gallon Disposal Services Waste Water Disposal - Pick-Up Waste Water (non-Hazardous Water) at NSWC/IHEODTD and Transport to A Treatment Facility - In accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 400 Each Transportation Cost to Pick-up Waste Water (Non-Hazardous Water) at NSWC/IHEODTD and Transport To a Treatment Facility in accordance with Statement of Work. (Attachment 1) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1 LOT NSP NSP Data to be provided in accordance with Contract Data Requirements List (CDRL) (Attachment 2) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be the lowest price technically acceptable offer. The Offeror shall submit the following information. Failure to do so will render an offer ineligible for award. 1. One (1) copy of Past Performance PAST PERFORMANCE The Offeror shall provide up to three references listed on the past performance matrix (Attachment to Section 3 ) for federal government contracts for supplies performed in the last five years from the date of issuance of the solicitation that are the same or similar to those required under this procurement. If the Offeror does not have any Federal Government contracts, then list state, local, or commercial contracts, in that order. Failure to submit any Contractor Past Performance Questionnaires shall be considered certification that the contractor has no record of relevant and meaningful past performance for the Government to evaluate. In that case, the Offeror shall affirmatively state that it possesses no relevant past performance and explain why it has no relevant past performance or cannot provide any Questionnaires. Failure to provide the required information or to provide an explanation may result in the removal of the Offeror from consideration for award. Relevant past performance is defined as experience that is of the same or similar scope (i.e, for the same or similar items), of the same or similar magnitude, and of the same or similar complexity to that which is described in the solicitation. The Past Performance Questionnaire includes questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable or unacceptable nature of the past performance for each Offeror based on the information provided and review of other sources of past performance information available to the Government. (See Attachment 4) Offeror shall complete the following electronic annual representations and certifications via the System for Award Management (SAM) www.sam.gov/ in conjunction with required registration database: FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. The additional clauses cited within clause 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. The following clauses are hereby incorporated as addenda to clause 52.212-4: 52.204-19, 52.209-10, 52.209-11, 52.217-8, 52.219-6, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.225-7048, 252.232-7010, 252.247-7023, 252.232-7006, HQ G-2-0009, IHEODTD 6, IHEOTD 76, IHEODTD 86 and IHEODTD 114. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Proposals shall be submitted by email to karen.tindley-smith@navy.mil. Proposals shall include a completed copy of FAR 52.212-3 Alt I with proposals unless the vendor is registered in System for Award Management (SAM) www.sam.gov/. If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 11 September 2017. Any questions concerning the RFQ shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to karen.tindley-smith@navy.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. List of Attachments: Attachment (1) Statement of Work-2 pages, Attachment (2) Contract Data Requirement List (CDRL) - 1 page, Attachment (3) Past Performance Matrix - 1 page and Attachment (4) Past Performance Questionnaire - 3 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-17-R-0067/listing.html)
 
Record
SN04680900-W 20170917/170915232329-8c3da7ffae60554703a19cf4f7cfb4aa (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.