Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2009 FBO #2890
SOLICITATION NOTICE

S -- Infectious Waste Disposal Service

Notice Date
10/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060410T3005
 
Response Due
10/26/2009
 
Archive Date
10/27/2009
 
Point of Contact
Cherissa Tamayori (808) 473-7514
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies and services prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The solicitation number is N00604-10-T-3005. This solicitation is being issued as a Request for Quotations (RFQs), for a firm fixed price type contract with a period of performance from November 1, 2009 through October 31, 2010 with four options to renew for a period of one year each, and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 20091019. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 562219 and the Small Business Standard is $12.5 Million. This is a 100% Small Business Set-Aside. The Regional Contracting Department, Pearl Harbor, Hawaii requests responses from a qualified contractor to provide Infectious Waste Disposal services for the Makalapa and Kaneohe Bay Naval Medical Clinics, IAW the attached Performance Work Statement. Responsibility and Inspection: All material will be inspected and accepted at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate 1; Far 52.219-6, Notice of Total Small Business Set-Aside, Far 52.222-3, Convict Labor, FAR 52.222-19, Child labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans, Veterans. Veterans of the Vietnam, Era and other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons and FAR 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessels, Option to Extend the Term of the Contract, FAR 52.217-9, Evaluation of Options, FAR 52.217-5. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including; FAR 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Trade Agreements, DFARS 252.243-7002; Requests for Equitable Adjustment; DFARS 252.204-7004, Required Central Contractor Regist! ration; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7020, Trade Agreements Certificates; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; SUP 5252.232-9402 Invoicing and Payment WAWF Instruction; NPZ G1 Representative of the Contracting Officer; NPZ G3 Representative of the Contractor; NPZ L003 Unit Prices; FAR 52.232-18, Availability of Funds. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number and point of contact, fax number, e-mail address, GSA contract number if applicable and Commercial and Government Entity (CAGE) code. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government intends on making award based on initial offers utilizing a technically acceptable, low price evaluation. (1) Technically acceptable: Technical capability relative to providing all services required in accordance with the performance work statement. (2) Price. Quotes shall be submitted on the attached document. Award will be made to the low cost, technically acceptable responsible offeror. The government reserves the right to make a technical acceptability determination without discussions with the offeror. This announcement will close at 08:00 AM (Hawaii Standard Time) on October 26, 2009. Offerors may submit their bids through NECO or by FAX: (808) 473-3524, or Email: cherissa.tamayori@navy.mil. Quotes over 10 pages in total number will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Contact Ms. Cherissa Tamayori, who can be reached at 808-473-7514 or email cherissa.tamayori@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All questions/inquiries concerning this RFQ document must be submitted in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060410T3005/listing.html)
 
Record
SN01989243-W 20091023/091021234620-a8b016f757266fac07384e1aea2d4bd0 (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.