Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

Z -- Septic tank and grease trap waste removal

Notice Date
2/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235
 
ZIP Code
21235
 
Solicitation Number
28321318Q00000181
 
Response Due
2/16/2018
 
Archive Date
2/19/2018
 
Point of Contact
SPECA, JOE
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation numbered 28321318Q00000181 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, January 13, 2017. This is a total small business set-aside. The associated NAICS code is 562991 Septic Tank and Related Services and small business size standard is $7.5 million. Contact line item numbers (CLIN) and items, quantities, and units of measure: Refer to Block 20 of the SF-1449 Schedule of Supplies/Services. Description of requirements for the items to be acquired: Refer to the Statement of Work. Date and place of delivery and acceptance and FOB point: This requirement is for services. Refer to the Statement of Work for location of services. The provision at 52.212-1, Instruction to Offerors Commercial Items, applies to this acquisition. In addition, per FAR 12.301 and 12.302, the provision at 52.212-1 is hereby tailored by this addendum as follows: Technical capability: Briefly affirm that your company can perform the required services at the required frequencies. Should your submission be found technically acceptable, the Government reserves the right to request further technical clarification, as needed. The provision at 52.212-2, Evaluation Commercial Items, applies to the acquisition, and the specific evaluation criteria is technical acceptability and price. The contractor with the lowest price that can perform the required services at the required frequencies will receive the award. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with your quote. Note: Complete only paragraph (b) of this provision if you have previously completed the annual representations and certificates electronically via http://www.acquisition.gov. If you have not completed the annual representations and certifications electronically for the System for Award Management (SAM) module, complete only paragraphs (c) through (o) of this provision. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition. The following clauses are applicable to this acquisition under FAR 52.212-5(b): (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); (9) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015); (15) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); (23) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); (26) 52.222-3, Convict Labor (Jun 2003); (28) 52.222-21, Prohibition of Segregated Facilities (Apr 2015); (29) 52.222-26, Equal Opportunity (Sep 2016); (34)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015); (43) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); (56) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) Additionally, the following clauses are applicable to this acquisition under FAR 52.212-5(c): (2) 52.222-41, Service Contract Labor Standards (May 2014); (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) Note: The full text version of each clause above is available at https://www.acquisition.gov/. Any applicable agency specific clauses will be included in the contract award documentation. Defense Priorities and Allocations System (DPAS) are not applicable. The date, time and place offers are due: See SF1449 Block 8. The individual to contact for information regarding this solicitation: Joe Speca, Joe.Speca@ssa.gov. Any amendment(s) to this solicitation, though not foreseeable, will be issued in the same manner as the initial synopsis and solicitation. Note: Interested parties shall submit quotations via email directly to Joe Speca at Joe.Speca@ssa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/28321318Q00000181/listing.html)
 
Record
SN04816628-W 20180210/180208231202-6b4b5f9066ae375205d8761387ce5dea (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.