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
MODIFICATION

F -- Used Oil Removal - Attachments

Notice Date
2/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-0876
 
Archive Date
3/2/2018
 
Point of Contact
Maurice Diaz, Phone: 4014406832
 
E-Mail Address
Mauricio.Diaz@Navy.Mil
(Mauricio.Diaz@Navy.Mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #4 CLIN Structure Attachment #3 UW H-2-0004 Attachment #2 CDRLs Attachment #1 SOW This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-0876. This requirement is unrestricted under the North American Industry Classification System (NAICS) Code 562112 as concurred with by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP). The applicable size standard is $38,500,000.00. This requirement is for the removal, transportation, and recycling of used oil generated at NUWCDIVNPT. Services must be provided in accordance with the Statement of Work (Attachment 1). NUWCDIVNPT intends to purchase services in accordance with the Statement of Work and CLIN Structure (Attachment 4) on a Firm fixed Price Basis. The period of performance (PoP) is one (1) year from date of award with 4 additional options for one (1) year periods. The total PoP for this requirement including options, if exercised, is five (5) years. Should recycled oil exceed 21,500 Gallons in a given performance year, the Government reserves the right to exercise up to four (4) additional options in increments of 1,500 Gallons as needed within an option year. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable the offeror must quote on all line items for the specified services in the attached Statement of Work (SOW). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representation and Certification - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. DFARS Clauses 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Reported cyber Incident Information, and 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support apply to this solicitation. The Government's preferred payment method is via credit card. The offeror shall state the payment method in the quotation. The Government intends to make payment in arrears upon completion of each option. The following addenda or additional terms and conditions apply: Defense Priorities and Allocation System (DPAS) rating is DO-C9. This requirement does not include Electronic and Information Technology (EIT); therefore, section 508 compliance is not applicable. This requirement requires access to NUWCDIVNPT; refer to clause UW H-2-0004 (Attachment 3) for access information and other requirements for performance at NUWCDIVNPT. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available on the website. Offerors shall include price, delivery terms, and the following additional information with submissions; point of contact (including telephone number and email address), contractor CAGE code, and contractor DUNS number. Offers must be emailed directly to Maurice Diaz at Mauricio.Diaz@Navy.Mil. Offers must be received by 1400 on Thursday February 15, 2018. Offers received after this date and time will not be considered for award. For questions regarding this acquisition, contact Maurice Diaz at Mauricio.Diaz@Navy.Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0876/listing.html)
 
Record
SN04817773-W 20180210/180208232018-3788c8adc3e28851317d6a032a2ccba0 (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.