SOLICITATION NOTICE
S -- REFUSE DISPOSAL AND RECYCLING SERVICES
- Notice Date
- 8/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26010RQ1143
- Response Due
- 9/15/2010
- Archive Date
- 11/14/2010
- Point of Contact
- Darren G Campbell
- E-Mail Address
-
cting
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: VA-260-10-RQ-1143 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: August 23, 2010 (i) This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (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. Under Statutory Authority 41 U.S.C. 253(c)(1) Willamette National Cemetery (WNC) Portland, OR. anticipates entering into a procurement for Solid Waste Disposal Service. (ii) The reference/solicitation number is VA-260-10-RQ-1143 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and (VAAR). (iv) The North American Industry Classification System (NAICS) code is 562111 (size standards is $12.5 million) and applies to this solicitation. (v) Contractor shall provide all labor, materials and services for solid waste disposal service located at VA Willamette National Cemetery (WNC) 11800 SE Mt. Scott Blvd. Portland, OR. 97086. It is anticipate that a firm fixed price contract with a base plus four (4) option year contract will be awarded in accordance with FAR 52.212-4 Contract Terms and Conditions-Commercial Items. (vii) Delivery and acceptance of deliverables will be FOB destination. Period of performance is October 1, 2010 thru September 30, 2011 (base year). 52.252-1 Provisions, 52.252-2 Clauses incorporated by reference can be found at; http://www.arnet.gov/far) (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, Offerors shall provide at least two (2), no more than five (5) of companies most recent commercial references. FAR 52.202-1 Definitions, FAR 52.203-3 Gratuities. FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractors Registration (CCR). FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-14 Limitations on Subcontracting. FAR 52.242-13 Bankruptcy. FAR 52.232-19 Availability of Funds for the Next Fiscal Year. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer. VAAR 852.216-70 Estimated quantities. VAAR 852.252-70 is hereby included to provide for the VAAR provision and clauses which are incorporated by reference. VAAR 852.203-70 Commercial advertising, VAAR 852.233-70 Protest Content, VAAR 852.233-71 Alternate protest procedure, VAAR 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of contracting officers. 852.273-76 Electronic Invoice Submission. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Addendum To 52.212-2 Evaluation - Commercial Items (JAN 1999) applies and any award(s) resulting from this solicitation will be made using the following evaluation factors. (1) Cascading preference procedure, (2) Past performance (after evaluating in accordance with cascading preference procedure). (3) Price (with past performance significantly more important than price). Method using cascade order of precedence: In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (see, FAR 52.219-1, "Small Business Program Representations" for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. If there is inadequate competition for award to a VOSB concern, award will be made competitively to an 8a or HubZone small business concern. If there is inadequate competition for award to an 8a or HubZone concern, award will be made competitively to a small business concern IAW FAR 19.5.. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns.. Adequate competition shall be deemed to exist if- "At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and "Award will be made at fair market prices as determined in accordance with FAR 19.202-6. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance considered. Pricing will be firm fixed price for each line item identified. The offeror(s) with the lowest cost/price alone will not necessarily be awarded the contract. Basis for contract award: This is a competitive best value acquisition in which competing Offerors' past performance history will be evaluated on a basis significantly more important than cost or price considerations. By submission of its' offer, the offeror accedes to the terms and conditions of this solicitation, and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: Step 1: Initially, offers shall be ranked according to price. An Offerors quoted prices will be determined by multiplying the quantities identified in Schedule of Items by the quoted unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each, then all extended amounts will be added for all option years. Step 2: Using the no more than two references supplied by each interested contractor and the data independently obtained from other Government and commercial sources, the contracting officer shall seek performance information on the lowest priced proposal. The purpose of the past performance evaluation is to allow the Government to assess the Offerors ability to perform the effort described in this Request for Quote (RFQ), based on the Offerors demonstrated present and past performance. The assessment process will result in an overall risk rating of very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "neutral," meaning the rating is treated neither favorably nor unfavorably. In evaluating past performance the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. Step 3: If the lowest priced evaluated offer is judged to have a very good performance risk rating, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of "satisfactory" or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. The Government will award a firm fixed price contract with a base plus four (4) option year contract resulting from this solicitation. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. (xi), (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business, 52.219-28 Post Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37 Affirmative Action for Workers with Disabilities, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration, 52.222-41, Service Contract Act of 1965 (NOV 2007), 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment. (xiii) FAR Clauses, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract apply. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing info to this office for consideration. RESPONSES ARE DUE Wednesday September 15, 2010, by 1:00 pm. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to darren.campbell2@va.gov. Quotes may also be faxed to; 360-256-0936 or mailed to 5115 NE 82nd Ave, Suite 203 Vancouver, WA 98662. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to darren.campbell2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d0e66e10b74543e88dff08048bfb414)
- Place of Performance
- Address: Willamette National Cemetery;11800 SE Mt. Scott Blvd.;Portland, OR
- Zip Code: 97086
- Zip Code: 97086
- Record
- SN02250821-W 20100825/100823234931-3d0e66e10b74543e88dff08048bfb414 (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 |