Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

S -- JB Charleston Foreign Waste Removal Services

Notice Date
7/10/2020 7:33:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441820Q0021
 
Response Due
7/23/2020 12:00:00 PM
 
Archive Date
08/07/2020
 
Point of Contact
Tatyana Verenich, Phone: 8439635162, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
tatyana.verenich@us.af.mil, terry.harrelson.1@us.af.mil
(tatyana.verenich@us.af.mil, terry.harrelson.1@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation.� Quotes are requested and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� The synopsis/solicitation reference number is FA441820Q0021 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes.�� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This acquisition is solicited as Unrestricted.� The applicable NAICS code is 562211 with a size standard of $41.5M. All responsible sources may submit a quotation using the attached RFQ. Contractor shall submit a quote for the Foreign Waste Removal Services needed to support the 437th Aerial Port Squadron (APS), Joint Base Charleston (JB CHS), SC for the Period of Performance (PoP): 1 Sep 2020 - 31 Aug 2025 Base + 4 (12 Month) Option Years.�� The contractor shall provide all items identified in the attached form which includes a list of the required items on a firm fixed price basis including the cost of FOB Destination. Please see Attachment No. 1 for specific requirement information. �The government intends to issue one award as a result of this solicitation.� The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: https://www.acquisition.gov/) FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2018) Price - Offerors shall submit their quotation using the RFQ Attachment No. 1 Technical � Offerors shall submit a USDA/APHIS certification which shows that they are on the authorized list of vendors approved by USDA to perform Foreign Waste Removal Services in the state of South Carolina.�� FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the Lowest Priced Technically Acceptable offer conforming to the solicitation and will be considered as the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: Price. The Government will evaluate the total price of the offer for award purposes. Technical capability of the item offered to meet the Government requirement. � A vendor must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, �Responsible Prospective Contractors.� All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management� http://www.sam.gov The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2020), applies to this acquisition.�� The following additional FAR clauses cited in the clause are applicable to this acquisition: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: �52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101note). � 52.222-3, Convict Labor (Jun 2003) (E.O.11755). � 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). � 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) � 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). � 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). � 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). � 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). � 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). � (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: � 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). � 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). � 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). � 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). � 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). The following additional clauses are applicable to this procurement 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.217-5, Evaluation of Options (Jul 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 252.201-7000, Contracting Officer's Representative (Dec 1991) 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) 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7004, Antiterrorism Awareness Training for Contractors (Feb 2019) 252.204-7006, Billing Instructions (Oct 2005) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019) 252.225-7048, Export-Controlled Items (Jun 2013) 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.232-7011, Payments in Support of Emergencies and Contingency Operations (May 2013) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.244-7000, Subcontracts for Commercial Items (Jun 2013) AFFARS 5352.201-9101 Ombudsman 5352.201-9101 OMBUDSMAN (OCT 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. 5352.223-9001 Health�and Safety on Government Installations HEALTH�AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019) (a)�In performing work under this contract on a Government installation,�the contractor shall: (1)�Take all reasonable steps and precautions to prevent accidents and�preserve the health and safety of contractor and Government personnel�performing or in any way coming in contact with the performance of�this contract; and (2)�Take such additional immediate precautions as the contracting officer�may reasonably require for health and safety purposes. (b)�The contracting officer may, by written order, direct Air Force�Occupational Safety and Health (AFOSH) Standards and/or health/safety�standards as may be required in the performance of this contract and�any adjustments resulting from such direction will be in accordance�with the Changes clause of this contract. (c)�Any violation of these health and safety rules and requirements,�unless promptly corrected as directed by the contracting officer,�shall be grounds for termination of this contract in accordance with�the Default clause of this contract. 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)� (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration and valid vehicle insurance certificate, to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program. �(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Defense Priorities and Allocations System (DPAS):� N/A Response to this combined synopsis/solicitation must be received via email by 23 Jul 2020, no later than 3:00 PM EST.� Quote submissions should be marked with solicitation number FA441820Q0021.� Address questions to Tatyana Verenich, Contract Specialist, at (843) 963-5162 or Tatyana.Verenich@us.af.mil.�� For more opportunities, visit https://fbohome.sam.gov/. Also see: http://www.sba.gov��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/054d4cff3205439fa2eaba5c4ffe7876/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05717550-F 20200712/200710230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.