Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

S -- Hazardous and Universal Waste Removal Services

Notice Date
11/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Potomac/White House Service Center (WPGW), 725 17th Street, NW, Suite 2020, Washington, District of Columbia, 20503
 
ZIP Code
20503
 
Solicitation Number
GS-11P-NW-C-0024
 
Archive Date
1/13/2010
 
Point of Contact
Shelley A Shires, Phone: 801-983-0673
 
E-Mail Address
shelley.shires@gsa.gov
(shelley.shires@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Requirement: The General Services Administration (GSA) anticipates the need for Hazardous Waste and Universal Waste Removal Services for the removal of waste materials generated as a result of construction and renovation of office buildings located on the White House Complex in Washington, DC. Services include the performance of, but not limited to, the following: inventorying, identifying, sampling, analyzing, packaging, labeling, manifesting, scheduling, transporting, disposal of hazardous waste and/or universal waste materials Solicitation Number / Solicitation Type: Solicitation number GS-11P-10-NW-C-0024 is issued as a Request for Price Proposal (RFP). Solicitation Document / Incorporated Provisions and Clauses: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-37 as effective November 13, 2009. Set-Aside Notice / NAICS Code / Small Business Size Standard: This acquisition has been set-aside for Small Business and only qualified contractors may submit proposals. The associated North American Industrial Classification System (NAICS) code is 262112, Hazardous Waste Collection, and the small business size standard is $12.5M. Contract Type / Length of Contract: The government anticipates awarding a firm fixed priced economic price adjustment contract as a result of this action with the contract being for a one-year base period and having two (2) one-year option periods. Contract Line Items / Price Proposal: The contractor shall complete and submit with its offer a completed price proposal as provided at Attachment 1, Price Proposal. All price proposals shall be on a fixed-price basis. Requirement Description / Statement of Work: Please refer to Attachment 2, Statement of Work (SOW) and Attachment 3, Table of Contractor Deliverables. The SOW fully describes the requirements of the services to be performed. Delivery Schedule / Place of Performance: Routine basic services shall be performed four (4) times annually, on a quarterly basis. Service dates will be on / about the last date of each quarter: March 30, June 30, September 30, and December 31. Services will be performed at the Dwight D. Eisenhower Executive Office Building (EEOB) and the New Executive Office Building (NEOB) which are located on the White House Complex, Washington, D.C. See Attachment Number 2, Statement of Work (SOW), for complete details. Provisions and Clauses: The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors - Commercial Items (June 2008) is applicable and is incorporated by reference. All addenda to this provision are provided at Attachment 4, Provisions and Clauses. The provision at FAR 52.212-2, Evaluation - Commercial Items (January 1999) is applicable and incorporated in full text. See Attachment 6, Evaluation Factors for Award. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009) is applicable and is incorporated by reference (see Attachment 4, Provisions and Clauses). Offerors shall include a completed copy of the Online Offeror Representations and Certifications Application (ORCA) with their proposal (https://orca.bpn.gov/) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (March 2009) is applicable and is incorporated by reference. All addenda to this provision are provided at Attachment 4, Provisions and Clauses. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Alternative I) (February 2000) is applicable. The complete text of this clause, as changed by Alternative I, and with all applicable additional clauses marked as applicable, is provided at Attachment 4, Provisions and Clauses. Additional FAR and General Services Acquisition Manual (GSAM) clauses are applicable to this acquisition and are provided, either in full text or incorporated by reference, at Attachment 4, Provisions and Clauses. Note: FAR provisions and clauses can be accessed at http://www.arnet.gov/far/ and GSAM clauses can be accessed at http://www.arnet.gov/GSAM/gsam.html Central Contractor Registration (CCR): All potential offerors must be registered in CCR prior to award (https://www.bpn.gov/ccr). See FAR 52.212-4, Contract Terms and Conditions - Commercial Items, subparagraph (t), as provided at Attachment 4, Provisions and Clauses. Commercial Off-The-Shelf Prices: The contractor shall offer, at least, its "best customer" commercial off-the-shelf price for the services to be performed under the awarded contract. Site Visit / Walk Through: Offerors are urged and expected to inspect the site where services are to be performed so as to satisfy any concerns they may have regarding general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. Please refer to Attachment 5, Instructions, Conditions, and Notices to Offerors, for complete details. Submission of Proposals: In accordance with FAR 12.603(c), the Standard Form (SF) 1449 is not used when a combined synopsis/solicitation is issued. In lieu of the SF 1449, offers are to be submitted on letterhead stationery and must contain, at minimum, all of the items lists at subparagraph (b) of FAR Clause 52.212-1, Instructions to Offerors - Commercial Items (June 2008). All offers must be signed and dated by an official of the company who has been duly appointed to commit the company on matters related to contractual issues. Proposals Due Date: Proposals must be submitted electronically via e-mail by no later than 3:00 p.m. Eastern Standard Time (EST) on December 29, 2009. Electronic proposals are to be submitted to Ms. Shelley Shires, Contract Specialist at shelley.shires@gsa.gov and to Meta Sherwood, Contracting Officer at meta.sherwood@gsa.gov. Please refer to Attachment 5, Instructions, Conditions, and Notices to Offerors, for complete details. Evaluation Criteria: Proposals will be evaluated based on best value to the government based on price, past performance and technical capability. Past performance and technical capability will be more important than price. Please refer to Attachment 6, Evaluation Factors for Award for complete details. Minimum Acceptance Period: By submission of an offer, the contractor agrees to hold its offered prices firm for the services solicited herein for the period of sixty (60) calendar days from the proposal due date (December 29, 2009) and to accept any resulting contract subject to the terms and conditions stated herein. Funds Availability: Authorization to start work under the contract awarded as a result of this solicitation is subject to funds availability. Performance of work during the initial contract period (and any option exercised thereafter) is contingent upon the appropriation of funds for this service. No legal liability on the part of the Government shall arise unless or until funds are made available to the Contracting Officer for this procurement and written notice of such availability is given to the Contractor. See Attachment 4, Provisions and Clauses. Contracting Office and Contact Information: 1. Contracting Office: GSA, White House Center 1800 F Street, NW Room G329 Washington, DC 20405 2. Primary Point of Contact Shelley A. Shires Contract Specialist shelley.shires@gsa.gov Fax: 240-241-5775 Phone: 801-983-0367 Please restrict telephone calls to Ms. Shires to the hours of 9:00 am - 11:00 am EST, Monday through Thursday only.) 3. Secondary Point of Contact Meta E. Sherwood Contracting Officer meta.sherwood@gsa.gov Phone: 202-208-0486 Fax: 202-501-1511 Note: No collect calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPGW/GS-11P-NW-C-0024/listing.html)
 
Place of Performance
Address: The Dwight D. Eisenhower Executive Office Building (EEOB), and, The New Executive Office Building (NEOB), Washington, District of Columbia, United States
 
Record
SN02012449-W 20091127/091125235952-42fbe6aa18a1d7a765c7064eb4fee638 (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.