Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2010 FBO #3273
SOLICITATION NOTICE

F -- Hazardous Waste Disposal/Treatment - Statement of Work

Notice Date
11/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
 
ZIP Code
37777
 
Solicitation Number
W912L7-11-T-0003
 
Point of Contact
Paula K. Sales, Phone: 8659853351
 
E-Mail Address
paula.sales@ang.af.mil
(paula.sales@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Hazardous Waste Disposal Statement of Work I) This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912L7-11-T-0003 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 562112, small business size standard is $12.5M. (V) COMMERCIAL ITEM DESCRIPTION: The Government's intention is to award 1 Base Year and 4 Option Years for this requirement. CLIN 0001- Quantity 1 each - Hazardous Waste Disposal/Treatment. See attached statement of work for specifics. CLIN 0001 is the base year. Performance Period: 1 December 2010 - 30 November 2011 CLIN 0002 - Quantity 1 each - Hazardous Waste Disposal/Treatment. See attached statement of work for specifics. CLIN 0002 is the first option year. Performance Period: 1 December 2011 - 30 November 2012 CLIN 0003 - Quantity 1 each - Hazardous Waste Disposal/Treatment. See attached statement of work for specifics. CLIN 0003 is the second option year. Performance Period: 1 December 2012 - 30 November 2013 CLIN 0004 - Quantity 1 each - Hazardous Waste Disposal/Treatment. See attached statement of work for specifics. CLIN 0001 is the base year. Performance Period: 1 December 2013 - 30 November 2014 (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) past performance (contractors must submit 3 examples of past performance with their quotes) and (ii) price. Past performance is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Past performance will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.215-5, Facsimile Proposals; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services (30 Days); 52.217-9, Option to Extend The Term of the Contract (60 days, 5 years) 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-42, Statement of Equivalent Rates for Federal Hires (Medium Truck Driver, $19.53/hour) 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-3, Continuity of Services; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 25 Aug 2010. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 26 Aug 2010, 10:00 a.m. eastern standard time. Email quotes will be accepted at richard.lusby@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 985-3353 or email richard.lusby@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/W912L7-11-T-0003/listing.html)
 
Place of Performance
Address: 134ARW, McGhee Tyson ANG Base, Louisville, Tennessee, 37777, United States
Zip Code: 37777
 
Record
SN02324228-W 20101110/101108234146-5cdd34fa2563f425dbf19ae976b9e282 (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.